Rural Connectivity Improvement Project (RRP BAN 47243)

Project Administration Manual

Project Number: 47243-004 Loan Number: LXXXX September 2018

Bangladesh: Rural Connectivity Improvement Project

ABBREVIATIONS

ADB – Asian Development Bank CPF – participation framework CPP – community participation plan DES EMP – environmental management plan EMOP GAP – gender action plan IEE – initial environmental examination LGED – Local Government Engineering Department km kilometer MOLGRDC – Ministry of Local Government Rural Development & Cooperation OCB – open competitive bidding PAM – project administration manual PISC – project implementation support consultant PIU – project implementation unit PMU – project management unit RCIP Rural Connectivity Improvement Project SPS – Safeguard Policy Statement (2009) SSS TRTA – transaction technical assistance

CONTENTS I. PROJECT DESCRIPTION 1 II. IMPLEMENTATION PLANS 2 A. Project Readiness Activities 2 B. Overall Project Implementation Plan 3 III. PROJECT MANAGEMENT ARRANGEMENTS 4 A. Project Implementation Organizations: Roles and Responsibilities 4 B. Key Persons Involved in Implementation 5 C. Project Organization Structure 6 IV. COSTS AND FINANCING 8 A. Cost Estimates Preparation and Revisions 8 B. Key Assumptions 9 C. Detailed Cost Estimates by Expenditure Category 9 D. Allocation and Withdrawal of Loan Proceeds 10 E. Detailed Cost Estimates by Financier 11 F. Detailed Cost Estimates by Outputs 12 G. Detailed Cost Estimates by Year 13 H. Contract and Disbursement S-Curve 14 I. Fund Flow Diagram 16 V. FINANCIAL MANAGEMENT 17 A. Financial Management Assessment 17 B. Disbursement 20 C. Accounting 22 D. Auditing and Public Disclosure 22 VI. PROCUREMENT AND CONSULTING SERVICES 23 A. Advance Contracting and Retroactive Financing 23 B. Procurement of Goods, Works, and Consulting Services 24 C. Procurement Plan 26 D. Consultants’ Terms of Reference 26 VII. SAFEGUARDS 26 A. Environment 26 B. Grievance Redress Mechanism 29 C. Involuntary Resettlement and Indigenous Peoples 30 VIII. GENDER AND SOCIAL DIMENSIONS 30 IX. PERFORMANCE MONITORING, EVALUATION, REPORTING, AND COMMUNICATION 34 A. Project Design and Monitoring Framework 34 B. Monitoring 36 C. Evaluation 37 D. Reporting 38 E. Stakeholder Communication Strategy 38 X. ANTICORRUPTION POLICY 39 XI. ACCOUNTABILITY MECHANISM 39 XII. RECORD OF CHANGES TO THE PROJECT ADMINISTRATION MANUAL 40

List of Attachments

Attachment A: Procurement Plan 41 Attachment B: Terms of Reference for Consulting Services of Project Implementation Support Consulant (PISC) 56 Attachment C: Outline Terms of Reference for Capacity Development Techncial Assistance for System-Based Road Master Planning 91 Attachment D: Outline Terms of Reference 100 Attachment E: Gender Action Plan Reporting Template 104 Attachment F: Road List for Rural Connectivity Improvement Project 105 Attachment G: Sample Summary Sheet on Bid Evaluation 115

Project Administration Manual Purpose and Process

The project administration manual (PAM) describes the essential administrative and management requirements to implement the project on time, within budget, and in accordance with the policies and procedures of the government and Asian Development Bank (ADB). The PAM should include references to all available templates and instructions either through linkages to relevant URLs or directly incorporated in the PAM.

The Local Government Engineering Department (LGED) is wholly responsible for the implementation of ADB-financed project, as agreed jointly between the borrower and ADB, and in accordance with the policies and procedures of the government and ADB. ADB staff is responsible for supporting implementation including compliance by LGED of their obligations and responsibilities for project implementation in accordance with ADB’s policies and procedures.

At loan negotiations, the borrower and ADB shall agree to the PAM and ensure consistency with the loan agreement. Such agreement shall be reflected in the minutes of the loan negotiations. In the event of any discrepancy or contradiction between the PAM and the loan agreement, the provisions of the loan agreement shall prevail.

After ADB Board approval of the project's report and recommendation of the President (RRP), changes in implementation arrangements are subject to agreement and approval pursuant to relevant government and ADB administrative procedures (including the Project Administration Instructions) and upon such approval, they will be subsequently incorporated in the PAM.

I. PROJECT DESCRIPTION

1. Rural connectivity is a key component of rural development in . Rural roads contribute significantly to generating increased agricultural incomes and productive employment opportunities, alongside promoting access to economic and social services. Rural roads are the virtual lifelines for the vast multitude residing in rural areas. Bangladesh has a large network of rural roads, many of these roads were constructed in years 1990–2010 on earthen embankments owned by Union Parishads (rural councils) or Zila Parishads (district councils), and they are vital to the crucially important agricultural sector of the country. Since 1995, the government, with the support of the international development community, has continued to expand and improve the rural roads network. During the past decades, rural infrastructure in Bangladesh significantly improved. Despite progress, rural connectivity in Bangladesh remains weak, impeding the physical and economic access. About 40% of the rural population has got access to all-weather roads. Only 28% of the roads are paved and in good or fair condition.

2. The project is aligned with the strategy set out by the Seventh Five-Year Plan (2016– 2020) having the following impact: Connectivity between rural , productive agricultural areas, and socioeconomic centers in Bangladesh improved. The project will have the following outcome: transport efficiency and related employment generated in target areas increased.

3. The project will have three outputs: Output 1: Rural road conditions between the selected rural communities, productive agricultural areas, and socioeconomic centers improved. Road conditions of about 1,700 km rural roads between the selected rural communities, productive agricultural areas, and socio-economic centers improved to all-weather standards with safety1 and climate-resilient features2 and maintained for 5 years.3 Output 2: Capacity of rural infrastructure agency and road users in project areas enhanced. This output consists of three subcomponents: (a) Local Government Engineering Department (LGED) trained on road asset management, road safety, contract management, financial management and climate-resilient road design and construction; (b) road users’ awareness enhanced on road safety, human trafficking, and sexually transmitted infection prevention; and (c) women workers’ skills on road construction and maintenance enhanced. Output 3: Rural road master planning enhanced. The rural road master plan will be upgraded for the entire country using geographic information system technology.

1 Road safety measures such as cautionary and information signs, guard posts, speed breakers, and object markers. 2 Adopt climate change resilience design parameters pertaining to pavement, drainage, earthworks, compaction and quality control. This includes slope protection where slope is subjected to water level fluctuations, rigid pavement of reinforced cement concrete is provided at submersible road sections, additional cross drainages, and rigid pavement on sections of roads connecting to cyclone shelters. 3 Five packages in four districts have been selected as pilot contracts with maintenance component. The government will finance the maintenance after the loan closing date.

2

II. IMPLEMENTATION PLANS

A. Project Readiness Activities

Table 1: Project Readiness Activities

2018 2019 Responsible Indicative Activities May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Agency Advance contracting actions (i) Project Implementation Support Consultant a) CSRN advertisement X X LGED b) Request for Proposals X X X LGED c) Submission of proposal and evaluation X X X LGED, ADB d) Negotiations and award LGED, MOLGRDC, X X CCGP d) Mobilization X LGED (ii) Procurement of 17 civil works packages

(OCB, single stage-one envelope) LGED a) Bid advertisement X LGED b) Bid submission and evaluation X X LGED, ADB c) Contract award X X LGED, MOLGRDC Project implementation arrangements LGED Approval of IEE X MOEF X PC, MOLGRDC, Approval of Detailed Project Reports LGED Loan negotiations X ADB, MOF ADB Board approval X ADB Loan signing X ADB, MOF Government legal opinion provided X MOLJPA, MOF Loan effectiveness X ADB/MOF ADB = Asian Development Bank, CSRN = consulting services recruitment notice, IEE = initial environmental examination, LGED = Local Government Engineering Department, MOEF = Ministry of Environment and Forestry, MOF = Ministry of Finance, MOLGRDC = Ministry of Local Government Rural Development & Cooperation, MOLJPA = Ministry of Law, Justice and Parliamentary Affairs, OCB = open competitive bidding, PC = Planning Commission.

3

B. Overall Project Implementation Plan

Table 2: Implementation Schedule

2018 2019 2020 2021 2022 2023 2024 Item M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M Output 1: Rural road conditions between the selected rural communities, productive agricultural areas, and socioeconomic centers improved 1.1 Award contracts for improving about 1,700 km of roads to all-weather standards by Q3 2019 and complete construction by Q3 2021, and maintain until Q3 2026. 1.2. Construction works 1.3. Maintenance period for five (5) pilot packages, one in each Division Output 2: Capacity of rural infrastructure agency and road users in project areas enhanced 2.1 Mobilize project implementation support consultants and capacity development consultants by Q2 2019 2.2 Develop capacity development training programs for LGED and project communities by Q4 2019 2.3 Conduct the training programs by Q4 2020 2.4 Develop manuals for performance-based maintenance, and climate-resilient design and construction by Q4 2020 Output 3: Road master planning enhanced 3.1 Mobilize information technology consultants for road master planning by Q4 2019 3.2 Develop capacity development training programs for LGED on system-based road master planning by Q4 2020 Project Management 4.1 Recruitment of project implementation support consultant (PISC) 4.1.1 PISC services 4.2 Recruitment of transaction technical assistance (TRTA) consultant 4.2.1 Capacity development activities 4.3 Recruitment of capacity development consultant for GIS-based development of rural road masterplan 4.3.1 GIS development for road masterplan 4.4 Environment management plan activities 4.5 GAP activities 4.6 Communication strategy key activities 4.7 Biannual and midterm review 4.8 Project completion report ADB = Asian Development Bank, GAP = gender action plan, LGED = Local Government Engineering Department, TRTA = transaction technical assistance, DPRs = detailed project reports, OCB = open competitive bidding. Source: Asian Development Bank.

4

III. PROJECT MANAGEMENT ARRANGEMENTS

A. Project Implementation Organizations: Roles and Responsibilities

Table 3: Project Implementation Organizations: Roles and Responsibilities Project Implementation Management Roles and Responsibilities Organizations Executing agency: LGED will be responsible for: • overall coordination of project implementation Local Government Engineering • Department (LGED) timely counterpart fund availability • compliance with loan covenants • arrangements for financial audits and implementation of recommended actions for improving financial management Implementing Agency: Project The PMU has been established within LGED in and is headed by Management Unit (PMU) – a Project Director with overall responsibility for executing the project. LGED The PMU is responsible for overall project management covering: • consultant recruitment and procurement of works and goods; • payment of goods, works, and consultants; • overall contract supervision and quality assurance control; • project performance monitoring; • project financial management including timely submission of withdrawal applications, maintenance of financial records and accounts; and • submission of quarterly and annual project progress reports, semi- annual safeguard monitoring reports (environment), and project completion report. Project Implementation Units Five PIUs will be established at the division level, each located in (PIUs) Dhaka, Chattogram, , and Rangapu. Each PIU will be headed by a Deputy Project Director and will be responsible for day-to- day management of the civil works contracts in their respective areas. The functions of the PIUs will include: • close coordination with PMU on management of civil works contracts, timely disbursements, compliance with loan covenants and any project management issues; • day-to-day inspection of civil works and quality assurance control; • monitoring environmental management plan implementation; • addressing project related grievances on gender and safeguards; • preparing progress reports for assigned contracts; • verification and certification of contractors’ claims and submission of required documents for withdrawal applications; and • maintenance of project financial and other records. District Offices Existing staff in thirty-four (34) District Offices will be given additional charge for RCIP to perform the following functions: • procurement of civil works; • day-to-day inspection of civil works and quality assurance control; • preparation of progress reports for assigned contracts; • verification and certification of contractors’ claims and submission of required documents for withdrawal applications; • receipt and review of claims from contractors; preparation and submission of Memorandum of Payment (MOP) and Requisition Form to PMU for processing; • payments to contractors; and • maintenance of project financial and other records.

5

Upazila Offices Existing staff in 190 LGED offices at -level will be given additional charge for RCIP to perform the following functions: • conduct of day-to-day inspection of civil works and quality assurance control; • assistance to preparation of progress reports for assigned contracts; • verification and certification of contractors’ claims and submission of required documents for withdrawal applications; and • maintenance of project records. ADB ADB will monitor and review overall implementation of the project including compliance with loan agreement, project agreement and ADB guidelines. ADB will: • field biannual review missions, midterm review mission, and project completion review mission to assess project implementation progress and compliance with loan covenants; • review PMU’s submissions for procurement of goods, civil works, and services; and • ensure timely disbursement of funds subject to PMU’s submission of withdrawal applications. ADB = Asian Development Bank, LGED = Local Government Engineering Department. Source: Asian Development Bank.

B. Key Persons Involved in Implementation

Executing Agency and Implementing Agency Local Government Engineering Department Mr. Md. Abul Kalam Azad (LGED) Chief Engineer Telephone: +880-29124027 Fax: +880-29110512 Email address: [email protected] Office address: Level-8, LGED Building, LGED HQ Agargaon, Dhaka-1207, Bangladesh

Project Management Unit (PMU), LGED Mr. Md. Anwarul Islam Project Director Telephone: +880-29124372, 9110192 Fax: +880-2-9124361 E-mail: [email protected], [email protected] Office address: Level-6, RDEC Building, Agargaon, Dhaka-1207 Bangladesh

Asian Development Bank South Asia Environment, Natural Ms. Mio Oka Resources and Agriculture Division (SAER) Director Telephone: +63-2-632-6834 Email address: [email protected]

Mission Leader Mr. Lee Ming Tai Senior Rural Development Specialist (Transport) Telephone: +63-2-632-6877 Email address: [email protected]

6

C. Project Organization Structure

4. The following flow chart and table show the reporting lines and essential internal structures of the project implementation units (PIUs) and their staffing assignments.

Figure 1: Project Organization Structure

Project Ogranization Structure

Asian Development Bank (ADB)

Head Quarter Level CHIEF ENGINEER

Project Implementation Committee (PIC) Additional Chief Engineer (Implementation)

Superintending Engineer (PM&E)

Project Director (RCIP) (PMU)

Project Implementation Support Consultant (PISC)

Field Level Field Level Divisional Office ` Headed by Additional Chief Engineer

Regional Office Headed by Superintending Engineer

Deputy Project Director/Executive Engineer (RCIP) LGED District Office (34 Nos) Resident Engineer (PISC) (9 Nos.) (5 Nos) (PIU)

Assistant Resident Engineer (PISC) (34 Nos.)

LGED Upazila Office (180 Nos) Field Supervision Engineer (PISC) (60 Nos.)

LGED = Local Government Engineering Department, PD = Project Director, PM&E = Project Monitoring and Evaluation, RCIP = Rural Connectivity Improvement Project.

7

Table 4: Staffing Assignments and Recruitment Plan

No. Designation Grade Number of Number of Total Appointment Type Post Post (Out- Number of (Deputation) Sourcing) Post Project Management Unit (PMU) 1 Project Director Grade-4 1 - 1 Deputation 2 Deputy Project Director Grade-5 2 - 2 Deputation 3 Sr. Assistant Engineer Grade-6 2 - 2 Deputation 4 Assistant Engineer Grade-9 1 1 2 Deputation/ Out Sourcing 5 Sub-Assistant Engineer Grade-10 2 1 3 Deputation/ Out Sourcing 6 Accountant Grade-11 1 - 1 Deputation 7 Account Assistant Grade-13 1 1 2 Deputation/ Out Sourcing 8 Office Assistant cum Computer Typist Grade -16 - 3 3 Out Sourcing 9 Driver Grade-16 2 - 2 Deputation 10 Office Support Grade-20 1 2 3 Deputation/ Out Sourcing Sub Total 13 8 21 Project Implementation Units (PIUs) – 5 Divisional Offices 11 Deputy Project Director/Executive Grade-5 5 - 5 Additional Charge Engineer 12 Assistant Engineer Grade-9 5 - 5 Deputation/ Additional Charge 13 Office Assistant cum Computer Typist Grade -16 - 5 5 Out Sourcing 14 Office Support Grade-20 - 5 5 Deputation/ Out Sourcing Sub Total 10 10 20 34 LGED District Offices a 15 Lab Technician Grade-11 - 34 34 Out Sourcing 16 Account Assistant Grade-16 - 34 34 Out Sourcing 17 Road Roller Driver Grade-16 - 20 20 Out Sourcing Sub Total - 88 88 LGED Offices at Upazila Level b 18 Sub-Assistant Engineer Grade-10 8 82 90 Deputation/ Out Sourcing 19 Work Assistant Grade-16 15 165 180 Deputation/ Out Sourcing Sub Total 23 247 270 Total c 46 353 399 LGED = Local Government Engineering Department a All staff in the 34 District Offices will be involved in project implementation. Each District Office is staffed with one position for Executive Engineer, Senior Assistant Engineer, Assistant Engineer, Assistant Engineer (Mechanical), Sociologist, Sub- Assistant Engineer, Mechanical Foreman, Laboratory Technician, Upper Division Assistant, Accountant, Accountant Assistant, Steno-typist/Computer Operator, and Electrician. Other staff are drivers and maintenance. b The project will also use the existing Upazila-level LGED set-up comprising 190 staff each for Upazila Engineer, Upazila Assistant Engineer, Draftsman (Sub-Assistant Engineer), Community Organizer, Accountant, Surveyors, Electrician, Office Assistant, Accounts Assistant and C.C.T/Computer Operator; 380 Sub-Assistant Engineers, 780 work assistants; and 580 guards and maintenance. c The total number of dedicated project staff is 399, of which 46 are permanent LGED staff and 353 are outsourced/contracted staff.

8

IV. COSTS AND FINANCING

5. The project is estimated to cost $285.3 million. The investment plan is summarized in Table 5.

Table 5: Summary Cost Estimates ($ million) Item Amounta A. Base Costb 1. Rural road conditions between selected rural communities, productive agricultural areas and socioeconomic centers improvedc 233.2 2. Capacity of rural infrastructure agency and road users in project 14.8 areas enhancedd 3. Rural road master planning enhancede 10.4 Subtotal (A) 258.4 B. Contingenciesf 16.3 C. Financial Charges during Implementationg 10.6 Total (A+B+C) 285.3 a Includes taxes and duties of $38.8 million. The government will finance taxes and duties of about $38.8 million. b In March 2018 prices. c Includes a project design advance to support detailed engineering design, equipment and vehicles, project management, and equipment operation and maintenance. d Includes the cost of project implementation and support consultant. e Includes the cost of information technology consultant. f Physical contingencies computed at 2% for civil works. Price contingencies computed at an average of 1.5% on foreign exchange costs and 6.3% on local currency costs; include provision for potential exchange rate fluctuation under the assumption of a purchasing power parity exchange rate. g Include interest and commitment charges. Interest during construction for the ordinary capital resources (OCR) regular loan has been computed at the 5-year US dollar fixed-swap rate plus an effective contractual spread of 0.5% and a maturity premium of 0.1%. Commitment charge for the OCR regular loan is 0.15% per year to be charged on the undisbursed loan amount. Interest during construction for the OCR concessional loan) is computed at 2% per annum. Source: Asian Development Bank estimates.

6. The summary financing plan is in Table 6. ADB and the government will finance the expenditures in relation to investment costs, recurrent costs, contingencies.4

Table 6: Financing Plan Amount Share of Total Source ($ million) (%) Asian Development Bank 200.0 70.0 Ordinary capital resources (regular loan) 100.0 35.0 Ordinary capital resources (concessional loan) 100.0 35.0 Government 85.3 30.0 Total 285.3 100.0 Source: Asian Development Bank estimates.

A. Cost Estimates Preparation and Revisions

7. The cost estimates were prepared by ADB with information on the investment costs extracted from the consultant’s detailed project report. The cost estimates were based on March 2018 prices.

4 Taxes and duties, and financing charges during implementation will be borne by the government.

9

B. Key Assumptions

8. The following key assumptions underpin the cost estimates and financing plan:

(i) Exchange rate: Tk 83 = $1.00 (as of March 2018). (ii) Price contingencies based on expected cumulative inflation over the implementation period are as follows:

Table 7: Escalation Rates for Price Contingency Calculation (%)

Item 2018 2019 2020 2021 2022 2023 Average Foreign rate of price inflation 1.5% 2.3% 3.8% 5.4% 6.9% 8.1% 1.5% Domestic rate of price inflation 6.3% 9.5% 16.4% 23.7% 31.5% 37.8% 6.3% Source: Asian Development Bank estimates.

C. Detailed Cost Estimates by Expenditure Category

Table 8: Cost Estimates by Expenditure Category ($ million)

Items $ million % of Total Base Cost A. Investment Costs 1. Civil Worksa 214.27 82.9% 2. Equipment and Vehicles 9.00 3.5% 3. Project Design Advance 2.60 1.0% 4. Consultancy Servicesb 25.22 9.8% Subtotal (A) 251.09 97.2% B. Recurrent Costsc 1. Project Management 4.95 1.9% 2. Equipment Operation and Maintenance 2.39 0.9% Subtotal (B) 7.34 2.8% Total Base Cost 258.43 100.0% C. Contingencies 1. Physical Contingencies 4.29 1.7% 2. Price Contingencies 11.99 4.6% Subtotal (C) 16.28 6.3% D. Financing Charges During Implementation 1. Interest and Commitment Charges 10.60 4.1%

Subtotal (D) 10.60 Total Project Cost (A+B+C+D) 285.31 110.4% Notes: Numbers may not sum precisely because of rounding. a Include cost of climate adaptation of $19.7 million. b Include cost of training on safeguards for environment, social mitigation, and gender. c Incremental recurrent costs include bank charges, local transport, insurance, office equipment and office operations. Source: Asian Development Bank estimates.

10

D. Allocation and Withdrawal of Loan Proceeds

Table 9: ADB Ordinary Capital Resources Regular Loan CATEGORY ADB FINANCING BASIS Total Amount Percentage and Basis for allocated for Withdrawal from the Loan No. Item ADB financing Account 1 Civil Works 80,105,000 75% of total expenditure 2 Equipment and Vehicles 3,375,000 75% of total expenditure 3 Consulting Services 9,700,000 100% of total expenditure claimed* 4 Equipment O&M (Project Management) 1,140,000 100% of total expenditure claimed*

5 Unallocated 5,680,000 TOTAL 100,000,000 *Exclusive of taxes and duties imposed within the territory of the Borrower.

Table 10: ADB Ordinary Capital Resources Concessional Loan

CATEGORY Total ADB FINANCING BASIS Amount allocated Percentage and Basis for No for ADB Withdrawal from the Loan . Item financing Account 1 Civil Works 80,105,00 75% of total expenditure 0 2 Equipment and Vehicles 3,375,000 75% of total expenditure 3A Consulting Services 9,700,000 100% of total expenditure claimed* 3B Project Design Advance (Principal and Interest 2,000,000 100% of total expenditure charges) claimed* 4 Equipment O&M (Project Management) 1,140,000 100% of total expenditure claimed* 5 Unallocated 3,680,000 TOTAL 100,000,0 00 *Exclusive of taxes and duties imposed within the territory of the Borrower.

11

E. Detailed Cost Estimates by Financier

Table 11: Cost Estimates by Financier ($ million) ADB Government Total Taxes & Item Amount % Amount % Costs Duties A. Investment Costs 1. Civil Works 160.21 75.0% 54.06 25% 214.27 27.86 2. Equipment and Vehicles 6.75 75.0% 2.25 25% 9.00 0.63 3. Project Design Advance 2.00 77.0% 0.60 23% 2.60 4. Consulting Services a b 19.40 77.0% 5.82 23% 25.22 7.57 Subtotal (A) 188.36 75.0% 62.73 25% 251.09 B. Recurrent Costs c 1. Project management 0.00 - 4.95 100.0% 4.95 0.50 2. Equipment operation & maintenance 2.28 95.0% 0.11 5.0% 2.39 0.12 Subtotal (B) 2.28 31.0% 5.06 69.0% 7.34 Total Base Cost 190.64 74.0% 67.79 26.0% 258.43 C. Contingencies 1. Physical Contingencies 3.68 85.8% 0.61 14.2% 4.29 0.56 2. Price Contingencies 5.68 47.4% 6.31 52.6% 11.99 1.56 Subtotal (C) 9.36 57.5% 6.92 42.5% 16.28 D. Financing Charges During Implementation 1. Interest Charges 0.00 0.0% 10.60 100.0% 10.60

Subtotal (D) 0.00 0.0% 10.60 100.0% 10.60 Total Project Cost (A+B+C+D) 200.00 70.0% 85.31 30.0% 285.31 38.80 % Total Project Cost 70.0% 30.0% 100% Note: Numbers may not sum precisely because of rounding. a Include cost of training on safeguards for environment, social mitigation, and gender. b Net amount of consultancy services (exclusive of all taxes) shall be paid from the ADB fund. c Recurrent costs include salaries, bank charges, local transport, insurance and office equipment and operations. Source: Asian Development Bank estimates.

12

F. Detailed Cost Estimates by Outputs

Table 12: Detailed Cost Estimates by Outputs ($ million) Output 1 Output 2 Output 3 Road Capacity Road Improvement Development Masterplan Total A. Investment Costs 1. Civil Works 214.27 214.27 2. Equipment and Vehicles 9.00 9.00 3. Project Design Advance 2.60 2.60 4. Consulting Services a 14.82 10.40 25.22 Subtotal (A) 225.87 14.82 10.40 251.09 B. Recurrent Costs b 1. Project management 4.95 4.95 2. Equipment operation & 2.39 2.39 maintenance Subtotal (B) 7.34 7.34 Total Base Cost 233.21 14.82 10.40 258.43 C. Contingencies 1. Physical Contingencies 4.29 2. Price Contingencies 11.99 Subtotal (C) 16.28 D. Financial Charges During Implementation 1. Interest During Implementation 10.60

Subtotal (D) 10.60 Total Project Cost (A+B+C+D) 285.31 Note: Numbers may not sum precisely because of rounding. a Includes cost of training on safeguards for environment, social mitigation, and gender. b Recurrent costs include salaries, bank charges, local transport, insurance and office equipment and operations. Source: Asian Development Bank estimates.

13

G. Detailed Cost Estimates by Year

Table 13: Detailed Cost Estimates by Year ($ million) Cost Incurred by Year Cost Per Year Total 2019 2020 2021 2022 2023 Annual Expenditure % Cost 15% 20% 30% 20% 15% A. Investment Costs 1. Civil Works 214.27 32.14 42.85 64.28 42.85 32.14 2. Equipment and Vehicles 9.00 1.35 1.80 2.70 1.80 1.35 3. Project Design Advance 2.60 2.60 - - - - 4. Consulting Services a 25.22 3.78 5.04 7.57 5.04 3.78 Subtotal (A) 251.09 37.66 50.22 75.33 50.22 37.66 B. Recurrent Costs b 1. Project Management 4.95 0.74 0.99 1.49 0.99 0.74 2. Equipment O&M 2.39 0.36 0.48 0.72 0.48 0.36 Subtotal (B) 7.34 1.10 1.47 2.20 0.48 1.10 Total Base Cost 258.43 38.76 51.69 77.53 51.69 38.76 C. Contingencies 1. Physical Contingencies 4.29 0.64 0.86 1.29 0.86 0.64 2. Price Contingencies 11.99 1.80 2.40 3.60 2.40 1.80 Subtotal (C) 16.28 2.44 3.26 4.88 3.26 2.44 D. Financing Charges During Implementation 1. Interest and Commitment 10.60 1.59 2.12 3.18 2.12 1.59 Charges Subtotal (D) 10.60 1.59 2.12 3.18 2.12 1.59 Total Project Cost (A+B+C+D) 285.31 42.80 57.06 85.59 57.06 42.80 Note: Numbers may not sum precisely because of rounding. a Includes cost of training on safeguards for environment, social mitigation, and gender. b Recurrent costs include salaries, bank charges, local transport, insurance and office equipment and operations. Source: Asian Development Bank estimates.

14

H. Contract Award and Disbursement S-Curve

Table 14: Contract Awards and Disbursement Baseline Projections (OCR/COL) ($ million) OCR Contract Awards Disbursements Year Q1 Q2 Q3 Q4 Total Q1 Q2 Q3 Q4 Total 2019 30.00 0.00 10.00 10.00 50.00 0.00 4.50 0.00 2.00 6.50 2020 10.00 15.00 10.00 9.32 44.32 1.50 2.00 2.50 2.50 8.50 2021 0.00 0.00 0.00 0.00 0.00 5.00 5.00 5.00 5.00 20.00 2022 0.00 0.00 0.00 0.00 0.00 7.50 7.50 7.50 7.50 30.00 2023 0.00 0.00 0.00 0.00 0.00 5.00 5.00 5.00 5.00 20.00 2024 0.00 5.68 5.68 5.00 5.00 5.00 15.00

COL Contract Awards Disbursements Year Q1 Q2 Q3 Q4 Total Q1 Q2 Q3 Q4 Total 2019 32.00 0.00 8.00 10.00 50.00 0.00 4.50 0.00 2.00 6.50 2020 10.00 15.00 10.00 11.32 46.32 1.50 2.00 2.50 2.50 8.50 2021 0.00 0.00 0.00 0.00 0.00 5.00 5.00 5.00 5.00 20.00 2022 0.00 0.00 0.00 0.00 0.00 7.50 7.50 7.50 7.50 30.00 2023 0.00 0.00 0.00 0.00 0.00 5.00 5.00 5.00 5.00 20.00 2024 0.00 3.68 3.68 5.00 5.00 5.00 15.00 COL = OCR concessional loan, OCR = ordinary capital resources Source: Asian Development Bank.

Figure 2: Contract Award and Disbursement S-Curve (OCR Loan) 120.00

100.00

80.00

60.00 $ million 40.00

20.00

0.00 2019 2020 2021 2022 2023 2024 Year Contract Awards Disbursement

15

Figure 3: Contract Award and Disbursement S-Curve (COL Loan) 120.00

100.00

80.00

60.00 $ million 40.00

20.00

0.00 2019 2020 2021 2022 2023 2024 Year Contract Awards Disbursement

16

I. Fund Flow Diagram

9. The project specific fund flow mechanism is illustrated below to show how the funds will flow from ADB and Government of Bangladesh to implement project activities.

Figure 4: Fund Flow Diagram on Disbursement/Reimbursement

ADB G overnment MOF (ii) (iii) (x) (xi) (ix)

Project Management Unit (PMU)

Advance Account in PMU Treasury Bangladesh Bank Account in CGA PMU Sub Advance Account in (xi) BDT in Commercial Bank

(xi) (i) (vi) (vii)

District Treasury 34 District Offices Account in CGA (Sub-sub Accounts) (xi)

(iv) (v) (viii) (xi)

Local Currency: Foreign Currency: Consultants/ Local Currency: Consulting services Suppliers /Training Contractors Expenses/Other Expenses HQ Expenses

Documents Flow Funds Flow

ADB = Asian Development Bank, BDT = taka, CGA = Controller General of Accounts, LGD = Local Government Division, MOF = Ministry of Finance, PMU = Project Management Unit.

Notes on funds flow: For Direct Payment to Consultant for Foreign Currency (i) Consultants submit claims to PMU. (ii) PMU sends request to ADB for direct payments together with consultants’ invoices. (iii) ADB makes direct payments to consultants. For Other Payments and Expenditures under Local Currency & Counterpart Fund payments (iv) Consultants submit claims to PMU, and PMU makes the payment. (v) Contractor submits claims to District Office for payments. (vi) District Office sends Memorandum of Payment (MOP) and Requisition Form to PMU for contractors’ local currency of ADB share. (vii) Based on MOP, PMU allots funds to District Office Sub Advance Account for ADB share for making the payment. (viii) District Office makes payments to contractors in local currency. (ix) PMU consolidates Statement of Expenditures, and requests ADB for liquidation/replenishment. (x) ADB makes replenishment to Advance Account. (xi) Release of counterpart fund is done on a quarterly basis based on PMU’s request to MOF through LGD Planning Section, and payments are done as and when required by District Office.

17

V. FINANCIAL MANAGEMENT

A. Financial Management Assessment

10. The financial management assessment (FMA) was conducted in February 2018 in accordance with ADB’s Guidelines for the Financial Management and Analysis of Projects and the Financial Due Diligence: A Methodology Note. The FMA considered the capacity of LGED, including funds-flow arrangements, staffing, accounting and financial reporting systems, financial information systems, and internal and external auditing arrangements. Based on the assessment, the key financial management risks identified are shown in the Table 15.

Table 15: Financial Management and Internal Control Risk Assessment Risk Mitigation Measures or Action Risk Assessment Risk Description Plans Inherent Risk 1. Country- M Absorption capacity of the The country partnership strategy specific government departments for final review validation rated ADB’s Risks capital expenditure strategic positioning satisfactory, and the program relevant to the country’s needs, as well as effective, and likely sustainable. Despite an overall moderate country level risk, the risk to the ADB- assisted project at the country level is considered low due to the project modality in place. Close monitoring of the activities will reduce the risk. 2. Entity- L Experience of LGED as LGED, the executing agency has specific executing agency for experience in implementing ADB- Risks implementing the project financed projects. A separate Project Management Unit established within LGED will reduce the risk. 3. Project- M While there are no project- Training of PMU staff on ADB specific specific risks, the project policies and procedures will reduce Risks involves advance fund the risk. allocation to district offices, which needs to be properly managed Overall M Inherent Risk Control Risk 4. Implementing M LGED is proposed to manage Staffing must be in place before Entity and implement the project. start of the project.

18

Risk Mitigation Measures or Action Risk Assessment Risk Description Plans 5. Fund Flow M Timely release of counterpart There were cases in the past of fund to the project. delayed release of counterpart fund to the project. Firm commitment from the MOF for the timely release of counterpart fund will reduce the risk of allocation and delayed release of funds. Direct Payment mechanism is to be used for major foreign currency payments for contractors and suppliers for ADB share.

Control on over expenditure There were instances in the past in under ADB share some projects wherein the District Office utilized the ADB share in excess of the eligible portion for making payments (bridge financing). In order to avoid such instances in this proposed project, it was decided that PMU will act as a check and balance point, and will release only the ADB share of funds to the District Office for making payments. 6. Staffing M Dedicated finance and The PMU within LGED at the central accounting staff for LGED level will support project implementation. The establishment of PMU, headed by a Project Director, with sufficient staff (including 4 accounting staff), is in process. 7. Accounting M Proper well documented Existing government policies and Policies and policies and procedures and procedures are followed. The Procedures scope for improvement. compliance status of project loan covenants will be reported and assessed through the quarterly progress reports, and verified by ADB review missions. 8. Internal Audit M Internal Audit function carried Periodic internal audit will reduce out by LGED audit department the documentation risk since there is no pre-audit of vouchers before making payments due to staff shortage. The project shall request the Internal Audit Unit of LGED to include the proposed project in the annual internal audit program. 9. External Audit L The audit of the project The current arrangement of having financial statements should be the audit done by FAPAD of CAG is done in accordance with the acceptable to ADB. Annual project International Standards on audit reports are produced within 6 Auditing and by the months of the end of the financial independent auditor acceptable year. to ADB.

19

Risk Mitigation Measures or Action Risk Assessment Risk Description Plans 10. Reporting and M Financial Reports and LGED and PMU will be required to Monitoring disbursement reports need to report in accordance with the ADB form part of quarterly progress requirements with inherent report. adequate control mechanisms. Financial Reports and disbursement reports, together with status of action plan, need to form part of quarterly progress report. 11. Information M Optimal use of technology in There is a system in place in the Systems the finance and accounts wing government for recording for the preparation of accounts transactions in Integrated Budgeting and reporting requirements. Accounting System (IBAS). Currently, the system is used for recording government expenditures. There is a manual contract management system in place in the existing project. Check and review system will be established. Overall Control M Risk Notes: H – High, S- Substantial, M – Moderate, L – Low. ADB = Asian Development Bank, CAG = Controller and Auditor General, FAPAD = Foreign Aided Project Audit Department, LGED = Local Government Engineering Department, PMU = Project Management Unit. Source: Asian Development Bank.

11. It is concluded that the overall pre-mitigation financial management risk of LGED is moderate and LGED has sufficient capacity to administer advance fund and Statement of Expenditures (SOE) procedures under the proposed fund follow scheme. LGED has agreed to implement an action plan as key measures to address the deficiencies. The financial management action plan is provided in Table 16.

Table 16: Time-bound Action Plan Key Risk Area Risk Mitigating Activity Timeline Entity

Bridge financing The PMU will release only the ADB share At the start of the LGED/PMU (use of ADB fund in of funds to the District Office based on project excess of ADB’s Funds Requisition Form along with share for making Memorandum of Payment from the PMU payments) noticed advance account. PMU will instruct the in some of the District Offices to comply with the new existing projects process and use the required forms. handled by LGED Additional staff will All approved staff must be in place Before loan approval LGED be required to including for the Finance and Accounts manage new fund section in PMU (1 accountant, 2 account flow arrangements assistants), dedicated account assistant in 34 districts. Training on ADB Impart training to all field staff (accounting, After mobilization of LGED/PMU policies and technical) who are involved in the ADB financial procedures project. management consultant under PISC

20

Key Risk Area Risk Mitigating Activity Timeline Entity

Timely release of PMU will prepare sufficient counterpart Before start of the LGED/MOF counterpart fund fund budget. project and thereafter Obtain firm commitment from the MOF for annually at the time the timely release of counterpart fund. of budget preparation Internal audit PMU will request the Internal Audit Unit of At the start of the LGED LGED to include the proposed project in project the annual internal audit program based on the recently introduced Internal Audit Manual.

After the statutory audit, internal audit will be done over the next six (6) months so that mid-year checking is in place. Financial Statement Audited Project Financial Statements will At the end of each LGED/PMU/ in compliance with be submitted to ADB within 6 months of financial year FAPAD ADB policy the end of the fiscal year in the format acceptable to ADB. Audit observations and other issues from prior years to be resolved. Timely reporting Prepare quarterly reports for the ADB Every quarter LGED/PMU and monitoring project with financial and disbursement information as well as variance analysis of physical and financial progress. The report should include the status of financial management action plan. Preparation of Check and review system will be At the start of the LGED/PMU accounts and established for manually prepared project reporting information to prevent misstatement. A manual will be developed. Retention money Abolish the present practice to park a At the start of the LGED/PMU portion of ADB fund in another account for project future payment of retention money. An unconditional bank guarantee of equivalent amount by the contractor is to be considered. PMU will instruct District Offices to comply with the new process. ADB = Asian Development Bank, FAPAD = Foreign Aided Project Audit Department, LGED = Local Government Engineering Department, PISC = Project Implementation Support Consultant, PMU = Project Management Unit. Source: Asian Development Bank.

B. Disbursement

1. Disbursement Arrangements for ADB Funds

12. The loan proceeds will be disbursed in accordance with ADB’s Loan Disbursement Handbook (2017, as amended from time to time),5 and detailed arrangements agreed upon between the government and ADB. Online training for project staff on disbursement policies and procedures is available.6 Project staff are encouraged to avail of this training to help ensure efficient disbursement and fiduciary control.

5 ADB. 2017. Loan Disbursement Handbook 2017. Manila. 6 Disbursement eLearning: http://wpqr4.adb.org/disbursement_elearning

21

13. ADB’s disbursement procedures (direct payment, reimbursement, commitment and/or advance fund procedure) will be used for withdrawal of project funds. Direct payment procedure will be used for foreign currency payments to consultants. Reimbursement and advance fund (liquidation or replenishment) procedures will be mainly utilized for payments to contractors. Under the commitment procedure, ADB, at the borrower's request, provides an irrevocable undertaking to reimburse a commercial bank for payments made or to be made to a supplier against a letter of credit financed from the loan account. PMU will prepare and submit to ADB withdrawal applications. PMU is responsible for ensuring that supporting documents are complete, retained and made available for ADB’s review at any time. One advance account in US dollar will be established at the Bangladesh Bank. A sub-account in local currency will be established in a commercial bank and maintained by the Project Management Unit. Sub-sub accounts will be established for each of the 34 District Offices.

14. Advance fund procedure. Separate advance account should be established and maintained by LGED for each funding source. The currency of the advance accounts is the United States dollar. The advance account is to be used exclusively for ADB’s share of eligible expenditures. The LGED who administers the advance account is accountable and responsible for proper use of advances to the advance accounts including advances to any sub-accounts.

15. The total outstanding advance to the advance account should not exceed the estimate of ADB’s share of expenditures to be paid through the advance account for the forthcoming 6 months. The LGED may request for initial and additional advances to the advance account based on an Estimate of Expenditure Sheet7 setting out the estimated expenditures to be financed through the accounts for the forthcoming 6 months. Supporting documents should be submitted to ADB or retained by LGED in accordance with ADB’s Loan Disbursement Handbook 2017 (2017, as amended from time to time) when liquidating or replenishing the advance account.

16. Statement of expenditure (SOE) procedure.8 The SOE procedure may be used for reimbursement of eligible expenditures or liquidation of advances to the advance account. The ceiling of the SOE procedure is the equivalent of $200,000 per individual payment. Supporting documents and records for the expenditures claimed under the SOE should be maintained and made readily available for review by ADB's disbursement and review missions, upon ADB's request for submission of supporting documents on a sampling basis, and for independent audit. Reimbursement and liquidation for individual payments in excess of the SOE ceiling should be supported by full documentation when submitting the withdrawal application to ADB.

17. Before the submission of the first withdrawal application, the borrower should submit to ADB sufficient evidence of the authority of the persons who will sign the withdrawal applications on behalf of the borrower, together with the authenticated specimen signatures of each authorized person. The minimum value per withdrawal application is stipulated in the Loan Disbursement Handbook (2017, as amended from time to time). Individual payments below such amount should be paid (i) by the LGED and subsequently claimed to ADB through reimbursement, or (ii) through the advance fund procedure, unless otherwise accepted by ADB. The borrower should ensure sufficient category and contract balances before requesting disbursements. Use of ADB’s Client

7 Estimate of Expenditure Sheet is available in Appendix 8A of ADB’s Loan Disbursement Handbook 2017 (2017, as amended from time to time). 8 SOE forms are available in Appendix 7B and 7D of ADB’s Loan Disbursement Handbook 2017 (2017, as amended from time to time).

22

Portal for Disbursements (CPD)9 system is encouraged for submission of withdrawal applications to ADB.

2. Disbursement Arrangements for Counterpart Fund

18. The government counterpart funds will be sufficiently allocated in the budget annually. RCIP, LGED will prepare the disbursement projections and transmit to the government, to earmark the required funds for budgeting purposes. RCIP, LGED will be responsible for preparing disbursement projections, and requesting budgetary allocations for counterpart funds to the Ministry of Finance. LGED will submit to ADB annual project contract awards and disbursement projections at least a month before the start of each calendar year.

C. Accounting

19. LGED will maintain, or cause to be maintained, separate books and records by funding source for all expenditures incurred on the project following the government’s financial regulations. The RCIP, LGED will prepare consolidated project financial statements in accordance with the Bangladesh Financial Procedures and Accounting Procedures, which are consistent with International Accounting Standards (IAS).

D. Auditing and Public Disclosure

20. LGED will cause the detailed project financial statements to be audited in accordance with International Standards on Auditing by an independent auditor acceptable to ADB. The audited project financial statements together with the auditor’s opinion will be presented in the English language to ADB within 6 months from the end of the fiscal year by LGED. The audit report will include a separate audit opinion on the advance account.

21. The audit report for the project financial statements will include a management letter and auditor’s opinions, which cover (i) whether the project financial statements present an accurate and fair view or are presented fairly, in all material respects, in accordance with the applicable financial reporting standards; (ii) whether the proceeds of the loan were used only for the purpose of the project; and (iii) whether the borrower or executing agency was in compliance with the financial covenants contained in the legal agreements.

22. Compliance with financial reporting and auditing requirements will be monitored by review missions and during normal program supervision, and followed up regularly with all concerned, including the external auditor.

23. The government and LGED have been made aware of ADB’s approach to delayed submission, and the requirements for satisfactory and acceptable quality of the audited project financial statements.10 ADB reserves the right to require a change in the auditor (in a manner

9 The CPD facilitates online submission of Withdrawal Applications to ADB, resulting in faster disbursement. The forms to be completed by the Borrower are available online at https://www.adb.org/documents/client-portal-disbursements- guide. 10 ADB’s approach and procedures regarding delayed submission of audited project financial statements: (i) When audited project financial statements are not received by the due date, ADB will write to the executing agency advising that (a) the audit documents are overdue; and (b) if they are not received within the next 6 months, requests for new contract awards and disbursement such as new replenishment of advance accounts, processing of new reimbursement, and issuance of new commitment letters will not be processed.

23

consistent with the constitution of the borrower), or for additional support to be provided to the auditor, if the audits required are not conducted in a manner satisfactory to ADB, or if the audits are substantially delayed. ADB reserves the right to verify the project's financial accounts to confirm that the share of ADB’s financing is used in accordance with ADB’s policies and procedures.

24. Public disclosure of the audited project financial statements, including the auditor’s opinion on the project financial statements, will be guided by ADB’s Public Communications Policy 2011.11 After the review, ADB will disclose the audited project financial statements and the opinion of the auditors on the project financial statements no later than 14 days of ADB’s confirmation of their acceptability by posting them on ADB’s website. The management letter, additional auditor’s opinions, and audited entity financial statements will not be disclosed.12

VI. PROCUREMENT AND CONSULTING SERVICES

A. Advance Contracting and Retroactive Financing

25. All advance contracting and retroactive financing will be undertaken in conformity with Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time).13 The issuance of invitations to bid under advance contracting and retroactive financing will be subject to ADB approval. The borrower, LGED has been advised that approval of advance contracting and retroactive financing does not commit ADB to finance the project.

26. Advance contracting. The works and services packages to be financed by the project through advance contracting are (i) 17 civil works for improving rural roads; and (ii) consulting services for project implementation support (CS-01). Eligible expenses for setting up the PMU and PIUs (office equipment, vehicles, and personnel) may also be part of advance contracting and retroactive financing. Table 17 indicates the schedule for advance contracting for civil works and CS-01, including status for each activity.

27. Retroactive financing. Retroactive financing is allowed for reimbursement of eligible expenses mentioned in para. 25, up to a maximum amount equivalent to 20% of the total ADB loan and grant, incurred before loan effectiveness, but not more than 12 months before the signing of the loan agreement.

(ii) When audited project financial statements are not received within 6 months after the due date, ADB will withhold processing of requests for new contract awards and disbursement such as new replenishment of advance accounts, processing of new reimbursement, and issuance of new commitment letters. ADB will (a) inform the executing agency of ADB’s actions; and (b) advise that the loan may be suspended if the audit documents are not received within the next 6 months. (iii) When audited project financial statements are not received within 12 months after the due date, ADB may suspend the loan. 11 ADB. 2011. Public Communications Policy. 12 This type of information would generally fall under public communications policy exceptions to disclosure. ADB. 2011. Public Communications Policy. Paragraph 97(iv) and/or 97(v). 13 ADB. 2017. Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services.

24

Table 17: Procurement Advance Actions Activity Responsible Due date Comment CS-01 (Project Implementation Support Consultant) Preparation and submission of S-0 to ADB LGED 9 April 2018 Done Advertisement of CSRN LGED 17-May-18 Done Short listing and RFP, Submission 1 to ADB LGED 20-Jun-18 RFP issued to short listed firms LGED 21-Jul-18 Receipt of RFP LGED 04-Sep-18 Technical proposal evaluation, Submission 2 to ADB LGED 25-Sep-18 Technical and price evaluation, Submission 3 to ADB LGED 05-Nov-18 Draft Contract, Submission 4 LGED 15-Dec-18 Government approvals CCGP, MOLGRDC 15-Jan-19 Consultant mobilization PISC 01-Feb-19

Improving rural roads (17 OCB packages) Submission of master bidding documents to ADB LGED 12-Apr-18 Done Advertisement of invitation for bids LGED, ADB 01-Jul-18 Bid evaluation report submission to ADB LGED 31-Aug-18 Government approvals HOPE 30-Sep-18 Contract acceptance letter / award LGED 31-Oct-18 ADB = Asian Development Bank, CCGP = Cabinet Committee on Government Procurement, CSRN = consulting services recruitment notice, HOPE = head of procurement entity, MOLGRDC = Ministry of Local Government Rural Development & Cooperation, OCB = open competitive bidding, PISC = Project Implementation Support Consultant, RFP = request for proposal. Source: Asian Development Bank.

B. Procurement of Goods, Works, and Consulting Services

28. All procurement of goods and works will be undertaken in accordance with Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time).

29. Open competitive bidding (OCB) will be used for civil works contracts of $15 million or less and goods contracts of $2 million or less. Shopping will be used for procurement of works and goods estimated to cost less than $100,000.

30. Electronic mode of procurement will be used for all civil work contracts for improvement of roads.14 Bidders will be post-qualified by applying single-stage; one-envelope bidding procedure. Five civil work contracts will include post-construction and five years routine maintenance over five years.15

14 Approval of e-GP for national competitive bidding (OCB) was granted by ADB in August 2016. 15Two sets of bidding documents will be used: separate BD introducing detailed performance standards for maintenance and associated procedures for payments linked to the performance. Five (5) of the 37 civil work contracts include a 5-year road maintenance following the completion of the construction, and this will need involvement of local labor from the nearby communities. The packaging was done considering that procurement involves improvement of rural roads scattered throughout 34 Districts in five . Accordingly, using around 37 OCB contracts for a total value of around $217 million is deemed more economical and efficient instead of combining bids into more sizeable packages that would enable the use of the OCB mode of procurement,

25

31. The following approval procedures will be adopted for OCB civil work contracts for road improvements:

(i) ADB will review the standard bidding document (master bidding document) prior to the start of procurement and subsequently, bidding documents for one civil work contract in each Division prior to the start of procurement. (ii) ADB will review bid evaluation reports for the first civil work contract from each Division.16 (iii) If ADB finds the bid evaluation for the first five (5) contract packages satisfactory, LGED will proceed with procurement procedures and contract award for subsequent contract packages without prior ADB review and approval. In these cases, the following post facto approval procedures will apply: (a) LGED will retain a record of all procurement documentation, including copies of the signed 17 contracts and the bid evaluation reports, to be available for inspection; (b) at the time of each contract award, LGED will provide ADB with a certified summary sheet reporting on the main aspects of the bid evaluation and contract award (reporting form is in Attachment G); and (c) LGED will promptly inform ADB on achieving the award of 30%, and 70% of contracts for conducting procurement audits. ADB may conduct random post facto reviews of procurement process and contract awards at any time (iv) The procurement processes and contract awards will be audited as part of the performance audit (i) upon the award of at least 30% of contracts being audited, and (ii) upon the award of at least 70% of contracts being audited. (v) If any contract award is found to be unacceptable, ADB may refuse to finance the contract.

32. The government will inform ADB of the changes made to the national procurement regulations, if any, and carry out a joint review of the OCB Annex if necessary to ensure consistency with ADB guidelines. The procurement plan should be updated whenever change in the procurement arrangements and/or the OCB Annex is required and agreed.

33. An 18-month procurement plan, indicating threshold and review procedures, goods, works, and consulting services contract packages and open competitive bidding guidelines, is in Attachment A (Procurement Plan). All consultants will be recruited according to Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time).18 The terms of reference for all consulting services are detailed in attachments B, C, and D.

34. All procurement activities will be the responsibility of the project director of the project management unit (PMU), who will be supported by his staff and consultants. ADB will closely monitor all major procurement activities. Civil works contracts will comprise 37 OCB packages.

and reduce the number of contracts to be managed. Adequate number of PIUs (5), District Offices (34), and LGED offices at Upazila-level (190) suited to the contract packaging are in place. 16 Five Divisions are involved in the project. Each Division may start bid evaluation for all contract packages, but will not proceed with the contract award until ADB clearance is obtained for the bid evaluation report for the first civil works package. 17 Original documentation on the procurement process may be kept at PIUs, however, the copies of the documentation shall be kept at PMU, LGED Headquarters to enable easy access for review and auditing. 18 Checklists for actions required to contract consultants by method are available in the e-Handbook on Project Implementation at: https://www.adb.org/documents/handbook-project-implementation.

26

All contracts will be procured in accordance with Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time).”

35. International consultants, in association with domestic consultants, will be engaged as project implementation support consultant (PISC) to support the PMU in (i) contract administration and construction supervision for the road construction component, and (ii) implementing gender action plan (GAP) including road safety, HIV/AIDS and human trafficking. The PISC will also support LGED in road asset management/maintenance and project management. About 27 person-months of international consultants and 4,673 person-months of national consultants will be required for this. These consultants will be recruited under a firm, using ADB’s quality- and cost-based selection (QCBS) under full technical proposal (FTP). The capacity development consultant for GIS-based development of rural road masterplan will also be engaged through a firm through QCBS under FTP. About 282 person-months of national consultants will be required. For the project-associated transaction technical assistance (TRTA), a firm of international consultants in association with domestic consultants will be recruited using QCBS under simplified technical proposal for institutional strengthening of the Bangladesh Rural Road Sector for Sustainable Development. The TA will support LGED in improving sector management performance by implementing institutional development initiatives in the field. About 17 person- months of international consultants and 17 person-months of national consultants will be required under the TRTA consultant package.

C. Procurement Plan

36. Project procurement classification is B, and the project procurement risk is assessed as low. The procurement plan is in Attachment A and describes all procurement of good and works to be undertaken for the project based on the Procurement Capacity Assessment undertaken for LGED.

D. Consultants’ Terms of Reference

37. An estimated 4,932 person-months will be required (44 international, 4,888 national), Consulting firms will be engaged using the quality- and cost-based (QCBS) method with a standard quality ratio of 90:10. All consultants will be recruited according to Procurement Regulations for ADB Borrowers: Goods, Works, Nonconsulting and Consulting Services (2017, as amended from time to time). The consultants’ terms of reference are provided in the following:

• Project Implementation Support Consultant – Attachment B • Capacity Development Consultant (GIS-based development of rural road masterplan) – Attachment C • Transaction Technical Assistance – Attachment D

VII. SAFEGUARDS

38. Prohibited investment activities. Pursuant to ADB’s Safeguard Policy Statement (2009) (SPS), ADB funds may not be applied to the activities described on the ADB Prohibited Investment Activities List set forth at Appendix 5 of the ADB SPS.

A. Environment

39. The project is classified as category B in accordance with ADB SPS. A single initial environmental examination (IEE) report was prepared for all 216 project roads. The

27

Environmental Management Plan (EMP) outlines measures to mitigate all anticipated environment impacts during project construction and operation and will be included in the contract agreement with the respective civil works contractor. Specific mitigation measures with details on location, time and responsible agency for implementation is given in the EMP.

40. Implementation Arrangements for Environment Safeguards. The responsibilities of various agencies and parties for implementing environment safeguards are provided below.

41. LGED’s PMU is responsible for the overall compliance with ADB’s SPS 2009 and all applicable laws and rules under the Ministry of Environment and Forest (MOEF). The PMU will be supported by a senior safeguard specialist (SSS) responsible for ensuring the project complies with the social and environmental safeguard requirements of the ADB. The SSS will coordinate with the five (5) division environment specialists (DES), and 34 district engineers (executive engineers) to ensure project implementation complies with the PAM and EMP. The PMU-ES will:

• ensure compliance with all environment-related statutory requirements of LGED and Contractor; • review and finalize road specific EMPs prepared by the Division Environment Specialist (DES) and district engineers; • be overall responsible for the timely endorsement and signing of key documents and forwarding the same to the respective agency for processing of clearances and permits including but not limited to: forestry clearance; tree cutting permit; permission for construction material quarrying; consent to operate hot mix plants, crushers, and batching plants; consent for disposal of sewage from labour camp; and pollution under control for motor vehicles, etc.; • ensure preparation, submission, and review of annual environmental monitoring reports for disclosure on ADB and LGED websites; • ensure all contractors obtain permits, licenses, etc. for activities such as operation of asphalt plants, quarries, borrow areas etc. before the implementation of the respective construction activity; • conduct training and workshops on environmental management to include site induction of all staff and workers involved in the construction. These include all district engineers, and staff and laborers of all contractors; • guided by the initial environmental examination approved by the ADB and LGED, design and implement an effective environmental monitoring program; this includes but is not limited to inspections by the PMU and LGED, self-monitoring by the contractors, inspection protocols for the DES, and Grievance and Redress Mechanism including intake form and documentation; • take proactive and timely measures to address any environment safeguards related challenges at the national or division/district levels such as delays in processing of clearances during pre-construction stage and significant grievances (during construction stage); • carry out periodic field verification and review environmental compliances by the Contractor during project implementation, in coordination with the DES and the Contractor’s environment focal person (EFP); • review and approve, for submission to LGED and ADB, periodic environmental monitoring reports submitted by DES.; lead in complying with disclosure of periodic environmental monitoring reports; and • ensure grievance redress mechanism, as envisaged in the EMP, is in place and finalize preparation disclosure of monitoring reports.

28

42. Division Environmental Specialists. Each of the LGED Division will have a consultant Environmental Specialist to support the Additional Chief Engineer and District Engineers in supervising the implementation of the EMP and Environmental Monitoring Plan by the Contractor through the following:

• in coordination with the contractor’s EFP and with guidance from the SSS, prepare road-specific EMPs and environmental monitoring plans (EMoPs), guided by the general EMP and based on the more detailed survey; • guide and review all sub-plans identified in the IEE and EMP to be prepared by the Contactor to include camp layout, waste/debris management plan, borrow area management plan, traffic management plan; • conduct environmental site induction training to all contractors and PIUs to ensure understanding of the EMP, domestic environmental laws and regulations requirements particularly on the required clearances and permits, training on occupational and community health and safety, timely mobilization of the Contractor’s EFP, and review subplans required in the EMP and advise the District Engineer on their adequacy, who in turn, will instruct the Contractor to make necessary revisions;19 • ensure Contractor secures necessary permits and clearances; • ensure the environmental monitoring report template is adapted by the Contractor in the preparation of submission of self-monitoring reports; • review monthly environmental monitoring reports prepared by the Contractor-EFP; • conduct at least three (3) environmental inspections during the construction phase: (i) First report at pre-construction stage, (ii) Second report after three months of start of construction or on completion of 25% construction, and iii) Third report after seven (7) months of start of construction or on completion of 75% of construction; • monthly site and follow-up inspection to ensure the veracity of the submitted monitoring reports and enforce the EMP and EMoP; • prepare summary monthly, quarterly, and semi-annual monitoring reports from the periodic compliance inspection monitoring and review of the environmental self- monitoring reports, prepared by the Contractor’s EFP, for the review and guidance of the PMU and PIUs; • conduct compliance conference with the Contractor to discuss non-compliance and agree on corrective measures with guidance from the CSC-ES; • advise the Contractor through the District Engineer and SSS on how to comply with requirements to address non-compliances; • report apparent unanticipated impacts, recommend mitigation measures to be implemented by the PCU and update the IEE report; and • recommend sanctions to the SSS in case of recalcitrant contractors.

43. Contractor. The Contractor is the principal agent to implement the EMP and EMoP during the pre- and construction stages. Specifically, the Contractor will:

• appoint the Contractor’s EFP and attend the site induction workshop to be organized by the DES and SSS;

19 Site induction training includes but not limited to: i) discussion and review of EMP and EMoP detailing how specific environmental risks associated with their Scope of Work will be managed legal compliance, inspection and audits, and progress tracking and reporting; ii) environmental training and awareness needs shall be determined and documented via a training needs analysis prior to commencement; iii) Health and Safety Awareness Course, which details general environmental awareness and specific performance requirements expected on site; and iv) GRM.

29

• obtain necessary environmental license(s), permits etc. from relevant agencies as specified in the IEE and this project administration manual for associated facilities for project road works, quarries, wet mix plant etc. prior to commencement of civil works contracts; • as part of detailed survey, collect the baseline data on environmental quality before the start of physical works20 and continue collection of environmental quality data as given in the EMoP during construction and operation; • revised the EMP and EMoP, as advised by the DES, based on detailed road survey • implement all mitigation measures in the EMP and activities in the EMoP; • ensure that all workers, site agents, including site supervisors and management, participate in training sessions delivered by DES and SSS; • during the 2-year construction period, submit monthly environmental self-monitoring reports to the District Engineer and DES with guidance from the DES; • during the 5-year maintenance period, submit quarterly environmental monitoring reports to the PMU; • ensure compliance with environmental statutory requirements and contractual obligations; • participate in resolving issues as a member of the grievance redress committee (GRC); • respond promptly to grievances raised by the local community or any stakeholder and implement environmental corrective actions or additional environmental mitigation measures as necessary; and • based on the results of EMP monitoring, cooperate with the DES to implement environmental corrective actions and corrective action plans, as necessary.

44. ADB is responsible for the following:

• review rapid environmental assessment checklist and endorse or modify classification proposed by the EA; • review IEE report and disclose the final reports on the ADB website as required; • issue no-objection on subproject’s approval based on the IEE report; • monitor implementation of the EMP through due diligence missions; • assist LGED, if required, in carrying out its responsibilities and in building capacity for safeguard compliance; • monitor overall compliance of the subprojects to this PAM; and • if necessary, provide further guidance to LGED on the format, content, and scope of the IEE report and annual monitoring reports for submission to ADB.

B. Grievance Redress Mechanism

45. LGED will establish a grievance redress mechanism to voice and resolve social and environmental concerns linked to the project and ensure greater accountability of the project authorities towards all affected persons (Table 18). This mechanism is not intended to bypass the government’s own legal process, but to provide a time-bound and transparent mechanism that is readily accessible to all segments of the affected people and road residents. All costs involved in resolving the complaints (meetings, consultations, communication and reporting/information dissemination) will be borne by the project.

20 Pre-construction monitoring report.

30

Table 18: Grievance Redress Mechanism Field-Level Committee District-Level Committee Project-Level Committee • Head of Upazila • Executive Engineer PIU • Project Director PMU Parishad / local leader • Concerned LGED Upazila • Concerned LGED Executive nominated by Union Engineer Engineer Parishad (Chairperson), • Representative of concerned • Finance Representative • Representative of the Upazila Parishad • PISC Environment Expert Union Parishad • PISC Social Expert and • PISC Social Development • Concerned LGED Environment Expert Expert Upazila Engineer • Contractor’s Environmental/ • PISC field engineer Social Focal Person • Community Organizers • Representatives designated by • Contractor’s affected community Environmental/Social Focal Person

LGED = Local Government Engineering Department, PISC = Project Implementation Support Consultant, PIU = project implementation unit, PMU. Source: Asian Development Bank.

C. Involuntary Resettlement and Indigenous Peoples

46. The project is categorized as C for involuntary resettlement. There is very limited requirement of additional land for the project as the works will be carried out mostly within the existing road corridor/right-of-way. Narrow strips of additional land will be required to address road safety, bridge approaches and short-term construction-related requirements. In such cases, eminent domain will not be used but instead a voluntary land donation system will be used in accordance with ADB’s requirements. The government will ensure (i) full consultation with landowners and any non-titled affected people on alignment selection; (ii) that voluntary donation does not severely affect the living standards of the affected persons, (iii) that any voluntary donation is confirmed through verbal and written record; and (iv) that an adequate grievance mechanism is in place.

47. The project is categorized as C for indigenous peoples. The social assessment did not identify presence of Tribes, Minor Races, Ethnic Sects and Communities in all the project roads.

48. In accordance with the community consultation and social impact mitigation process outlined in the Community Participation Framework (CPF), transect walks have been conducted in all the 317 subprojects under RCIP. Community Participation Plans (CPPs) have been prepared following the transect walks for all the subproject roads. Assessment of institutional capacities and arrangements confirmed that the involved agencies are capable to effectively implement the requirements of the CPFs, community consultations and monitoring. They will be assisted by the PISC social safeguard experts in continuing with community consultations during implementation, redressal of grievances and social safeguard monitoring.

VIII. GENDER AND SOCIAL DIMENSIONS

49. Poverty reduction and social impact. There are 51.5 million people (or 49% of the country’s population) living in 34 districts crossed by the project roads. Household surveys carried out in the project area reveal that the major sources of income are agricultural produce, trade and

31

business, services, and remittances. Estimated percent of the poor population in the project area ranges between 27% in Cumilla district to 55% in Coxsbazar district. Poverty and social assessment have been conducted and about 7,835 people who live in the project area have been consulted. Majority of the people supported the project and indicate that the project will increase economic and employment opportunities. The project will generate an estimated 3.13 million person-days of employment over the construction and maintenance periods.

50. Gender. The poverty and social analysis included a gender assessment and 2,418 women have been consulted at the project area. Overall, women were supportive of the project because of the potential access to economic opportunities and services. The project is categorized effective gender mainstreaming, and a GAP was prepared, which includes the following activities: (i) target at least 40% women participants in project orientation seminars and planning of project roads; (ii) provide on-the-job training to all women workers on basic construction, improvement, reconstruction works and maintenance skills; (iii) target at least 20% women workers to be employed for road improvement works; (iv) conduct awareness on gender-based violence (including sexual exploitation and human trafficking) and STI prevention to at least 40% of students, teachers, parents, and school management committees along the project roads; (v) implement core labor standards with gender-inclusive provisions and women-friendly work environments; (vi) conduct road safety awareness programs to at least 40% of students, teachers, parents and school management committees along the project roads; and (vii) conduct technical training of LGED staff including 30% women staff. Gender experts will be hired to ensure effective implementation of the GAP (Table 19), and preparing the gender monitoring report (Attachment E).

32

Table 19: Gender Action Plan Proposed Gender Mainstreaming Activities Targets and Indicators Responsible Institutions Timeframe Output 1: Rural road conditions between the selected rural communities, productive agricultural areas, and socioeconomic centers improved 1. Ensure women’s employment in the road 1. On an average 20% women workers employed for roads • PMU-RCIP During project improvement work opportunities that will be created improvement works of RCIP. • PIU / LGED DOs / UZET implementation by the RCIP, LGED. • GS & SDSS, PMU, LGED 2. Orient contractors and LGED field staff focus on 2. All contractors and relevant LGED project staff of target • PMU-RCIP During project core labor standards. district/LGED region are oriented on national core labor • PIU / LGED DOs / UZET implementation standards. • GS & SDSS, PMU, LGED 3. Provide on-the job training to women workers on 3. All women workers received training/orientation on-site on • PMU-RCIP During project basic construction, improvement, reconstruction basic construction, improvement, reconstruction works and • PIU / LGED DOs / UZET implementation works and maintenance skills, etc. maintenance skills, etc.

4. Collect sex disaggregated data on the road users, 4. Sex-disaggregated data reflected in all QPRs and GAP • PMU-RCIP During project respondents of socioeconomic/ household survey, implementation updates. • PIU / LGED DOs / UZET implementation and participants of community consultations and GS & SDSS, PMU, LGED other project activities 5. Conduct baseline, midline and endline surveys 5. Baseline, midline and endline surveys on the different modes • PMU-RCIP During project of transport and travel patterns of women in rural areas • PIU / LGED DOs / UZET implementation conducted • GS & SDSS, PMU, LGED 6. Equal wages paid by contractors recorded in 6. All bidding documents included gender related national core • PMU-RCIP During project monthly logbook disaggregated by sex. labor standard clause. • PIU / LGED DOs / UZET implementation 7. LGED progress report included sex-disaggregated data Output 2: Capacity of rural infrastructure agency and road users in project areas enhanced 7. Ensure women’s participation in public 8. At least 40% women participants (216 consultations in 216 • PMU-RCIP During project consultations in 123 subprojects) attended the community consultations on the • PIU / LGED DOs / UZET implementation project • GS& SDSS, PMU, LGED 8. Review the Rural Road Safety Policy to propose 9. Proposed social safeguards measures and actions on gender • PMU-RCIP Year 1 social safeguards measures and to address gender issues included in the review of the Rural Road Safety Policy • PIU / LGED DOs / UZET issues. • GS & SDSS, PMU, LGED 9. Train all LGED project staff including women staff 10. At least two trainings with one refresher on road safety • PMU-RCIP During project in road safety awareness, road assets management, awareness and road assets management using modules • PIU / LGED DOs / UZET implementation contract management, financial management and developed in previous projectsa conducted with LGED project • GS & SDSS, PMU, LGED climate resilient design and construction. staff with 30% women participants. 11. At least two trainings with one refresher on contract management and financial management using existing modules used in other LGED projects conducted with LGED staff project with 30% women participants 12. At least two trainings with one refresher on climate resilient design and construction using modules developed in other LGED

33

Proposed Gender Mainstreaming Activities Targets and Indicators Responsible Institutions Timeframe projectsb conducted with LGED project staff with 30% women participants 10. Conduct orientation and awareness raising 13. At least 40% of students, teachers, SMCs and parents of • PMU-RCIP During project sessions on road safety and on gender-based schools oriented and received awareness raising sessions on • PIU / LGED DOs / UZET implementation violence (including sexual exploitation and human road safety. • GS & SDSS, PMU, LGED trafficking) and STI prevention. 14. At least 40% of students, teachers, SMCs and parents of schools participated in awareness raising sessions on gender- based violence (including sexual exploitation and human trafficking) and STI prevention. 11. Recruit/promote appointment of women staff at 15. 15% of women staffc recruited at various level of PISC and • PMU-RCIP During project various level of RCIP, LGED. PMU of RCIP, LGED. PIU / LGED DOs / UZET implementation 12. Ensure effective implementation of social 16. Five (5 nos.) regional/district level meetings conducted to • PMU-RCIP During project safeguards and GAP of RCIP. assess satisfactory incorporation of gender elements from first • PIU / LGED DOs / UZET implementation batch of sub-projects of RCIP. • GS & SDSS, PMU, LGED 13. Involve LGED upazila community organizers in 17. All available LGED upazila community organizers involved in • PMU-RCIP During project the implementation of GAP and safeguards issue the implementation of GAP and social safeguards plan including • PIU / LGED DOs / UZET implementation including CPF & CPP. CPF & CPP. 14. Organize TOT on safeguards plans (including 18. LGED project staff including 30% women staff at PMU/PIU • PMU-RCIP During project CPF and CPP) for LGED project staff level received TOT on safeguards plans, and its implementation • PIU / LGED DOs / UZET implementation process in RCIP, LGED. • GS & SDSS, PMU, LGED 15. Organize TOT on gender and development for 19. Field level community organizers in 123 upazilas trained on • PMU-RCIP During project LGED project staff with women representation gender equality issues and mentored by national gender experts. • PIU / LGED DOs / UZET implementation • GS & SDSS, PMU, LGED CPP = Community Participation Plan; DOs = LGED District Offices; GAP = Gender Action Plan; GS = Gender Specialist; LGED = Local Government Engineering Department; PIU = Project Implementation Unit; PMU = Project Management Unit; QPR = Quarterly Progress Report; RCIP = Rural Connectivity Improvement Project; SDSS = Social Development and Safeguards Specialist, SMCs = School Management Committees; TOR = Terms of Reference; and UZET = Upazila Engineering Team. a Use modules developed in previous ADB financed project-Sustainable Rural Infrastructure Improvement Project. b Use modules developed in ADB financed project-Coastal Climate Resilient Infrastructure Project. c. Quarterly Progress Report of Gender Action Plan, October – December 2017 (Planned – 20% and Achieved – 14%), Sustainable Rural Infrastructure Improvement Project (SRIIP), LGED. Source: Asian Development Bank.

34

51. Labor. Project construction is expected to generate employment opportunities for local communities during the construction and maintenance phases. Provisions are in the bidding and contractual documents for the contractors to ensure that all the civil works comply with core labor standards (e.g., no child labor; no bonded labor; no work discrimination due to gender, race, and ethnicity; and freedom of association and collective bargaining). This will be monitored by the PISC and reported in the project quarterly progress reports.

52. HIV and human trafficking. The proportion of project requiring large and non-local construction workforces is low. Therefore, the risk of spreading communicable diseases including STDs or HIV is low. The social assessment undertaken identified no significant social risks such as HIV/AIDS or human trafficking. LGED will ensure that civil works contractors disseminate information at worksites on the risks of sexually transmitted diseases. All contracts will include clauses on these undertakings, and the government will strictly monitor compliance during implementation. The civil works contractors will carry out STI (including HIV/AIDS) and human trafficking awareness sessions for their laborers at work sites, which will be monitored by the gender experts.

IX. PERFORMANCE MONITORING, EVALUATION, REPORTING, AND COMMUNICATION

A. Project Design and Monitoring Framework

Impact the Project is Aligned with Connectivity between rural communities, productive agricultural areas, and socio-economic centers in Bangladesh improved (Seventh Five Year Plan, FY2016–FY2020)a

Performance Indicators with Targets Data Sources Results Chain and Baselines and Reporting Risks Outcome By 2024: Transport efficiency a. Average travel time along project a-b. Post- Extreme weather and related roads reduced by 50% (2018 implementation conditions beyond employment baseline: 5 minutes/km) measurement and what is anticipated generated in target b. Average daily vehicle-km increased traffic survey by causing severe areas increased to 67,140 (2018 baseline: 49,160 LGED damage to road vehicle-km) network c. 3.13 million person-days c. Quarterly employment generated (at least 20% monitoring reports for women) by road construction, and project maintenance, and bioengineering completion report activities (2018 baseline: N.A.) by LGED Outputs By 2023: 1. Rural road 1a. At least 1,700 km of rural roads Quarterly Delayed release of conditions between improved to all-weather standards monitoring reports counterpart funds selected rural with climate resilience and safety and project could hamper the communities, features, of which 242 km of rural completion report completion of productive agricultural roads maintained for a period of 5 by LGED works. areas, and socio- yearsb (2018 baseline: 0) economic centers improved. By 2023: 2. Capacity of rural 2a. 100% of LGED project staff, 2a, c-f. Post- infrastructure agency including all women staff, increased implementation and road users in knowledge and skills on road safety survey by LGED

35

Performance Indicators with Targets Data Sources Results Chain and Baselines and Reporting Risks project areas awareness, road asset management, enhanced. contract management, financial management, climate-resilient design and construction (2018 baseline: 0)

2b. Manuals for maintenance, 2b. Government climate-resilient design and endorsement construction for rural road developed memo and endorsed by LGED (2018 baseline: N.A.)

2c. At least 40% of students, teachers, parents and SMCs from schools along project roads acquired knowledge on road safety (2018 baseline: N.A.)

2d. At least 40% of students, teachers, parents and SMCs from schools along project roads acquired knowledge on gender-based violence (including sexual exploitation and human trafficking) and STI prevention (2018 baseline: N.A.)

2e. At least 40% women participated in project orientation, planning of project roads (2018 baseline: N.A.)

2f. All women workers’ skills on road construction and maintenance enhanced (2018 baseline: N.A.) 3. Rural road master By 2023: planning enhanced 3a. Geographic information system Post- developed and integrated with the implementation nationwide road database actions by LGED (2018 baseline: N.A.) Key Activities with Milestones Output 1: Rural road condition between selected rural communities, productive agricultural areas, and socio-economic centers improved. 1.1 Award contracts for improving about 1,700 km of roads to all-weather standards by Q3 2019 and complete construction by Q3 2021, and maintain until Q3 2026. Output 2: Capacity of rural infrastructure agency and road users in project areas enhanced 2.1 Mobilize project implementation support consultants and other capacity development consultants by Q2 2019. 2.2 Develop capacity development training programs for LGED and project communities by Q4 2019. 2.3 Conduct the training programs by Q4 2020. 2.4 Develop manuals for performance-based maintenance, and climate-resilient design and construction by Q4 2020.

36

Performance Indicators with Targets Data Sources Results Chain and Baselines and Reporting Risks Output 3: Rural road master planning enhanced 3.1 Mobilize information technology consultants for road master planning by Q4 2019. 3.2 Develop capacity development training programs for LGED on system-based road master planning by Q4 2020. Inputs ADB: $100.00 million (regular OCR loan); $100.00 million (concessional OCR loan) Government: $85.31 million Technical Assistance (TASF 6 grant): $1.00 million Assumptions for Partner Financing Not Applicable. ADB = Asian Development Bank, km = kilometer, LGED = Local Government Engineering Department, SMCs = School Management Committees, TASF = technical assistance special fund. a Government of the People’s Republic of Bangladesh, Planning Commission. 2016. The Seventh Five Year Plan (FY2016–2020). Dhaka. The impact statement was drawn from the government’s plan and recast to conform to ADB’s DMF guidelines. b The maintenance period will be for 5 years ending by 2026. Source: Asian Development Bank.

B. Monitoring

53. Project performance monitoring. The achievement of the project performance targets will be assessed following the design and monitoring framework. LGED, assisted by the PISC, will establish a project performance management system. Indicators to be monitored include (i) agricultural produce; (ii) traffic volume; (iii) bus and freight transport fares; (iv) travel time or riding speed; (v) vehicle operating costs; (vi) surface roughness; and (vii) road accidents. In addition, socioeconomic secondary data will be obtained at the divisional level, including (a) number of businesses; (b) household income; (c) vehicle ownership; (d) unemployment rate; (e) land value; (f) average travel time to schools; and (g) average travel time to hospitals. These indicators will be monitored before and after construction, both on the project roads and on some control roads. In addition, every year during the project period, LGED will also monitor the (i) road maintenance budget; (ii) staff–km ratio of rural roads; and (iii) road maintenance cost per kilometer. Achievement of the capacity development activities will also be monitored. For civil works, progress will be monitored and reported monthly by the PISC. The project beneficiaries' satisfaction will be surveyed during and after project implementation. Disaggregated baseline data for output and outcome indicators gathered during project processing will be updated and reported through the quarterly progress reports from LGED, and after each ADB review mission. These quarterly reports will provide information necessary to update ADB's project performance reporting system.21

54. Compliance monitoring. Compliance with covenants will be monitored through ADB's project administration missions–including project inception mission to discuss and confirm the timetable for compliance with the loan covenants; project review missions to assess the government's compliance with particular loan covenants and, where there is any noncompliance or delay, discuss proposed remedial measures with the government; and mid-term review mission, if necessary, to assess whether the covenants are still relevant or need to be changed, or waived due to changing circumstances.

21 ADB's project performance reporting system is available at: http://www.adb.org/Documents/Slideshows/PPMS/default.asp?p=evaltool

37

55. Environmental safeguard monitoring and reporting. LGED is responsible for undertaking environmental due diligence and monitoring the implementation of environmental mitigation measures for all project roads. The due diligence report as well as monitoring implementation of the EMP needs to be documented systematically. ADB must be given access to undertake environmental due diligence for all project roads, if needed.

56. The monitoring reports will document progress made in EMP implementation of each road. LGED will be supported by the SSS and five DES in the compliance inspection of all roads at least 3 times; pre-, during-, and post-construction. Each contractor’s appointed EFP will submit monthly self-monitoring reports following a prescribed format to the jurisdictional District Engineer and DES. These self-monitoring reports are subject to the DES environmental audit for veracity and from which decisions will be made for further inspections. The DES periodic inspection reports and EFP’s monthly self-monitoring reports will be summarized into quarter, semi-annual, and annual reports by the DES to be reviewed by the SSS. Annual reports will be publicly disclosed in the ADB and LGED websites.

57. Monitoring during construction and the 5-year maintenance period is primarily the responsibility of the contractor through self-reporting which relates to the status of EMP and EMoP implementations, including complaints received. The DES and SSS are responsible for monitoring the compliance with construction contracts, effectiveness of mitigation measures, complaints, and overall environmental quality from the results of the third-party ambient environmental monitoring hired by the contractor, as the case maybe. Ambient monitoring will follow the approach to selecting quantitative standards, as recommended in the ADB’s Safeguard Policy Statement 2009. During the 5-year maintenance period, the EFP will submit quarterly self-monitoring reports to PMU. The PMU will be responsible for the review, preparation, and disclosure of annual environmental monitoring reports.

58. Involuntary resettlement monitoring. LGED, with the support of PIUs, the PISC social safeguard and gender experts, will set up an internal monitoring system with a set of process, outcome and impact baseline indicators. The social safeguard and gender experts will carry out assessment of the social safeguard monitoring through field work, data verification and consultations, and provide semi-annual social safeguard monitoring reports to LGED and ADB. ADB will also assess the progress of social safeguard activities during review missions.

59. Gender monitoring. The GAP activities will be monitored by the PISC social safeguard cum gender experts and they will submit semi-annual monitoring reports to LGED and ADB. ADB will assess the progress of these activities during review missions.

C. Evaluation

60. The project inception mission will be fielded soon after the legal agreements for the project are declared effective; thereafter, regular reviews will follow, at least annually. As necessary, special loan administration missions and a midterm review mission will be fielded, under which any changes in scope or implementation arrangements may be required to ensure achievement of project objectives. LGED will monitor project implementation in accordance with the schedule and time-bound milestones, and keep ADB informed of any significant deviations that may result

38

in the milestones not being met. Within 6 months of physical completion of the project, LGED will submit a project completion report to ADB.22

D. Reporting

61. LGED will provide ADB with (i) quarterly progress reports in a format consistent with ADB's project performance reporting system; (ii) consolidated annual reports including (a) progress achieved by output as measured through the indicator's performance targets, (b) key implementation issues and solutions, (c) updated procurement plan, (d) updated implementation plan for the next 12 months; and (iii) a project completion report within 6 months of physical completion of the project. To ensure that projects will continue to be both viable and sustainable, project accounts and the executing agency audited financial statement together with the associated auditor's report should be adequately reviewed.

E. Stakeholder Communication Strategy

62. Transect walks have been carried out by LGED Upazila offices on each project road involving the local community. Consultation meetings have been held with the local community involving Union Parishad chairman/members, and the stakeholders. During the community consultations, LGED officials assisted by the PDA consultants explained various features of the project including design, environmental considerations, land requirement and the process of voluntary donation, mitigation measures and grievance redress procedures. A project information brochure in Bengali has been distributed to the community during these consultation meetings. During implementation, the PISC safeguard team, along with PIU staff, will continue with the community consultations and the grievance redress process. The consultation activities and GRC meetings undertaken during the project implementation will be documented in the safeguard monitoring reports.

63. Concerned stakeholders including local communities, local forestry officials, relevant government agencies and nongovernment organizations have been consulted on environmental issues during project preparation. Technical recommendations on project design and biodiversity conservation provided by them have been included in the project.

64. Project information will be disclosed to the general public and concerned stakeholders as per the following table.

Table 20: Documents for Disclosure

Means of Project Document Communication Frequency Audience Project Data Sheet ADB website Initial project data sheet no General public later than 30 calendar days of approval of the concept paper; quarterly updates afterwards Design and Monitoring ADB website Draft design and monitoring General public Framework framework after fact-finding mission

22 Project completion report format available at: http://www.adb.org/Consulting/consultants-toolkits/PCR-Public-Sector- Landscape.rar

39

Means of Project Document Communication Frequency Audience Initial Environmental ADB website Prior to Board consideration General public, project- Examination Reports LGED website affected people in particular Community ADB website Post fact-finding mission General public, Participation LGED website project-affected people Frameworks in particular and Community Participation Plans Gender Action Plan ADB website Post fact-finding mission General public, project- LGED website affected people in particular Summary Poverty ADB website Post fact-finding mission General public, project- Reduction and Social LGED website affected people in Strategy particular Legal Agreements ADB website No later than 14 days of General public Board approval of the project Project Administration ADB website After loan negotiations General public Manual Social and Environment ADB website semi-annually General public Monitoring Reports LGED website ADB = Asian Development Bank, LGED = Local Government Engineering Department. Source: ADB and LGED.

X. ANTICORRUPTION POLICY

65. The government, Ministry of Local Government Rural Development & Cooperation and LGED were advised of ADB’s Anticorruption Policy (1998, as amended to date). ADB reserves the right to investigate, directly or through its agents, any violations of the Anticorruption Policy relating to the project.23 All contracts financed by ADB shall include provisions specifying the right of ADB to audit and examine the records and accounts of the executing agency and all project contractors, suppliers, consultants and other service providers. Individuals/entities on ADB’s anticorruption debarment list are ineligible to participate in ADB-financed activity and may not be awarded any contracts under the project.24

66. To support these efforts, relevant provisions are included in the loan agreement/regulations and the bidding documents for the project.

67. The government will publish pertinent information relating to the project on LGED’s website, including business opportunities associated with the project, and information in relation to procurement of goods, works, and consulting services.

XI. ACCOUNTABILITY MECHANISM

68. People who are, or may in the future be, adversely affected by the project may submit complaints to ADB’s Accountability Mechanism. The Accountability Mechanism provides an independent forum and process whereby people adversely affected by ADB-assisted projects can voice, and seek a resolution of their problems, as well as report alleged violations of ADB’s

23 ADB. 1998. Anticorruption Policy. 24 ADB's Integrity Office web site: https://www.adb.org/site/integrity/main.

40 operational policies and procedures. Before submitting a complaint to the Accountability Mechanism, affected people should make an effort in good faith to solve their problems by working with the concerned ADB operations department. Only after doing that, and if they are still dissatisfied, should they approach the Accountability Mechanism.25

XII. RECORD OF CHANGES TO THE PROJECT ADMINISTRATION MANUAL

69. All revisions and/or updates during the course of implementation should be retained in this section to provide a chronological history of changes to implemented arrangements recorded in the PAM, including revision to contract awards and disbursement s-curves.

25 Accountability Mechanism. https://www.adb.org/site/accountability-mechanism/main.

Attachment A 41

Attachment A: Procurement Plan

PROCUREMENT PLAN

Basic Data Project Name: Rural Connectivity Improvement Project Project Number: 47243-004 Approval Number: Country: Bangladesh Executing Agency: Local Government Engineering Department, Local Govt Division, Ministry of Local Government, Rural Development & Cooperatives Project Procurement Classification: Category B Implementing Agency: N/A Project Procurement Risk: Low Project Financing Amount: US$ 285,310,000 Project Closing Date: 31 May 2024 ADB Financing: US$ 200,000,000 Cofinancing (ADB Administered): Non-ADB Financing: US$ 85,310,000 Date of First Procurement Plan: 5 July 2018 Date of this Procurement Plan: 17 September 2018

Procurement Plan Duration (in months): 18 Advance Contracting: Yes e-GP: Yes

A. Methods, Review and Procurement Plan Except as the Asian Development Bank (ADB) may otherwise agree, the following methods shall apply to procurement of goods, works, and consulting services.

Procurement of Goods and Works Method Comments Open Competitive Bidding (OCB) for Goods The first OCB is subject to prior review, thereafter post review. The first bid evaluation report is subject to prior review, thereafter post-review. Request For Quotation for Goods Open Competitive Bidding (OCB) for Works The first OCB for each Division is subject to prior review, thereafter post review.

Prior review for first Bid Evaluation Report (BER) from each Division for the same contracts (total of 5 BERs for prior review); post-review for succeeding BERs.

Consulting Services Method Comments Quality- and Cost-Based Selection for Consulting Firm 90:10

B. Lists of Active Procurement Packages (Contracts) The following table lists goods, works, and consulting services contracts for which the procurement activity is either ongoing or expected to commence within the procurement plan duration.

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) CW-01 Improvement 2,840,000.00 OCB Prior 1S1E Q4 / 2018 Advertising: National /RCIP/RJB and maintenance of

42 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) 24.466 km of No. Of Contracts: 1 rural roads in Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-02 Improvement 7,210,000.00 OCB Prior 1S1E Q4 / 2018 Advertising: National /RCIP/CHU and maintenance of No. Of Contracts: 1 65.219 km of rural roads in Chuadanga Prequalification of District Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-03 Improvement 5,610,000.00 OCB Prior 1S1E Q4 / 2018 Advertising: National /RCIP/RJS and maintenance of No. Of Contracts: 1 68.88 km of rural roads in Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-04 Improvement of 6,810,000.00 OCB Prior 1S1E Q4 / 2018 Advertising: National /RCIP/DNJ 35.69 km of rural roads in No. Of Contracts: 1 District

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document:

Attachment A 43

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) Small Works

e-GP: Y CW-05 Improvement of 3,960,000.00 OCB Prior 1S1E Q4 / 2018 Advertising: National /RCIP/ LAX 37.565 km of rural roads in No. Of Contracts: 1 Laxmipur District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-06 Improvement of 6,610,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/GPJ 46.734 km of rural roads in No. Of Contracts: 1 Gopalganj District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-07 Improvement of 6,180,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/FRD 59.521 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-08 Improvement 9,240,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/MDR 64.246 km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

44 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year)

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-09 Improvement of 5,300,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/COM 44.014 km of rural roads in No. Of Contracts: 1 District

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-10 Improvement of 6,210,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/CDP 40.139 km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-11 Improvement of 6,350,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/CTG 46.070 km of rural roads in No. Of Contracts: 1 District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: N

Bidding Document: Small Works

e-GP: Y

Attachment A 45

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) CW-12 Improvement 9,380,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/JSR and maintenance of No. Of Contracts: 1 47.199 km of rural roads in District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-13 Improvement of 8,480,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/KST 78.835 km of rural roads in No. Of Contracts: 1 District

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-14 Improvement of 4,270,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/NAO 32.422 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-15 Improvement of 4,950,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/NTR 31.18 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

46 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year)

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-16 Improvement of 5,160,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/BGR 53.024 km of rural roads in No. Of Contracts: 1 District

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-17 Improvement of 5,420,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/GBD 51.845 km of rural roads in No. Of Contracts: 1 Gaibandha

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-18 Improvement of 6,350,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/RNG 54.129km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-19 Improvement of 5,030,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/TKG 36.255km of rural roads in No. Of Contracts: 1

Attachment A 47

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-20 Improvement of 4,970,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/NIL 51.18km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-21 Improvement of 6,930,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/JSR 47.47 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-22 Improvement of 5,910,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/SRT 47.955 km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

48 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) Bidding Document: Small Works

e-GP: Y CW-23 Improvement of 8,240,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/BBR 70.453 km of rural roads in No. Of Contracts: 1 Brahman Baria District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-24 Improvement of 7,060,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/COX 37.954 km of rural roads in No. Of Contracts: 1 Cox’s Bazar District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-25 Improvement of 7,140,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/NOA 55.761 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-26 Improvement of 3,310,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/FNI 31.932 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Attachment A 49

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year)

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-27 Improvement of 8,030,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/JHN 65.075 km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-28 Improvement of 6,680,000.00 OCB Post 1S1E Q4 / 2018 Advertising: National /RCIP/MGR 53.838 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-29 Improvement of 1,630,000.00 OCB Prior 1S1E Q4 / 2018 Advertising: National /RCIP/MHR 13.081 km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

50 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) e-GP: Y CW-30 Improvement of 4,560,000.00 OCB Prior 1S1E Q1 / 2019 Advertising: National /RCIP/NRL 50.499 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-31 Improvement of 6,650,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/RJS 67.074 km of rural roads in No. Of Contracts: 1 Rajshahi District

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-32 Improvement of 2,410,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/CNW 17.568km of B rural roads in C. No. Of Contracts: 1 Nawabgonj District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-33 Improvement of 3,170,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/JOY 34.202 km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Attachment A 51

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year)

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-34 Improvement of 4,940,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/LAL 33.462km of rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-35 Improvement of 4,090,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/KUR 45.383 km of rural roads in No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-36 Improvement 5,780,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/DNJ and maintenance of No. Of Contracts: 1 45.008 km of rural roads in Dinajpur District Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y CW-37 Improvement of 3,530,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/PAN 26.38 km of

52 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year) rural roads in No. Of Contracts: 1 Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Small Works

e-GP: Y GP-01 Air blower (200 1,200,000.00 OCB Prior 1S1E Q2 / 2019 Advertising: National /RCIP/PMU nos.) No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Goods

e-GP: Y

GP-02 Mobile bitumen 1,290,000.00 OCB Prior 1S1E Q2 / 2019 Advertising: National /RCIP/PMU boiler (34 nos.); Bitumen sprayer No. Of Contracts: 1 (hand sprayer) (34 nos.); Bitumen sprayer Prequalification of (truck mounted) Bidders: N (5 nos.); lab equipment - Domestic Preference bitumen Applicable: N softening point

(9 nos.); Advance Contracting: Y Bitumen extractor (7 nos.); Bitumen Bidding Document: viscosity testing Goods equipment (1 no.); Corecutter e-GP: Y GP-03 Laser 1,180,000.00 OCB Prior 1S1E Q2 / 2019 Advertising: National /RCIP/PMU profilometer (double beam No. Of Contracts: 1 with dedicated vehicle) (7 nos.) Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Attachment A 53

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year)

Bidding Document: Goods

e-GP: Y GP-04 Thermoplastic 1,020,000.00 OCB Prior 1S1E Q2 / 2019 Advertising: National /RCIP/PMU road marking paint stripping No. Of Contracts: 1 equipment with heating arrangement (9 Prequalification of nos.); Falling Bidders: N weight deflectometer (7 Domestic Preference nos.); Universal Applicable: N testing machine (5 nos.); Compressive Advance Contracting: Y strength testing machine (9 Bidding Document: nos.) Goods

e-GP: Y GP-05 Pick-up vehicle 1,999,999.00 OCB Prior 1S1E Q2 / 2019 Advertising: National /RCIP/PMU (34 nos.) No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Goods

e-GP: Y

GP-06 4-Wheel Drive 870,000.00 OCB Post 1S1E Q2 / 2019 Advertising: National /RCIP/PMU Jeep No. Of Contracts: 1

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Goods

e-GP: Y GP-07 Motorcycle 750,000.00 OCB Post 1S1E Q2 / 2019 Advertising: National /RCIP/PMU No. Of Contracts: 1

54 Attachment A

Goods and Works Advertisement Package General Estimated Procurement Bidding Review Date Comments Number Description Value (in US$) Method Procedure (quarter/year)

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Goods

e-GP: Y

GP-08 Desktop 280,000.00 OCB Post 1S1E Q1 / 2019 Advertising: National /RCIP/PMU Computers with printer and UPS No. Of Contracts: 1 (Black & White)

Prequalification of Bidders: N

Domestic Preference Applicable: N

Advance Contracting: Y

Bidding Document: Goods

e-GP: Y GP-09 Laptop (15 55,000.00 RFQ Post Q1 / 2019 No. Of Contracts: 1 /RCIP/PMU nos.); Scanner (2 nos.); Advance Contracting: Y Photocopier (7 nos.); Digital Still Camera (2 e-GP: N nos.); Internet (Installation with Wifi); Telephone Arrangement (26 nos.) GP-10 Furniture and 96,000.00 RFQ Post Q1 / 2019 No. Of Contracts: 1 /RCIP/PMU fixtures Advance Contracting: N

e-GP: N GP-11 Air Conditioner 61,000.00 RFQ Post Q1 / 2019 No. Of Contracts: 1 /RCIP/PMU Equipment (8 nos.); Advance Contracting: N Multimedia Projector with e-GP: N Screen(45 nos.)

Consulting Services Advertisement Package General Estimated Selection Type of Review Date Comments Number Description Value (in US$) Method Proposal (quarter/year) CS-01 Project 11,400,000.00 QCBS Prior FTP Q2 / 2018 Type: Firm /RCIP/PMU Implementation Support Assignment: Consultant International (PISC)

Attachment A 55

Consulting Services Advertisement Package General Estimated Selection Type of Review Date Comments Number Description Value (in US$) Method Proposal (quarter/year)

Quality-Cost Ratio: 90:10

Advance Contracting: Y

e-GP: N

Comments: As agreed with the government

CS-02 Capacity 8,000,000.00 QCBS Prior FTP Q1 / 2019 Type: Firm /RCIP/PMU Development /CDC Consultant (GIS- Assignment: based International development of rural road masterplan) Quality-Cost Ratio: 90:10

Advance Contracting: Y

e-GP: N CS-03 Capacity 1,000,000.00 QCBS Prior STP Q1 / 2019 Type: Firm /RCIP/TA/C Development DC Consultant Assignment: (Transaction International Technical Assistance) Quality-Cost Ratio: 90:10

Advance Contracting: Y

e-GP: N

C. List of Indicative Packages (Contracts) Required Under the Project The following table lists goods, works, and consulting services contracts for which procurement activity is expected to commence beyond the procurement plan duration and over the life of the project (i.e., those expected beyond the current procurement plan duration).

Goods and Works Package General Estimated Procurement Bidding Review Comments Number Description Value (in US$) Method Procedure None

Consulting Services Package General Estimated Selection Type of Review Comments Number Description Value (in US$) Method Proposal None

56 Attachment B

Attachment B: Terms of Reference for Consulting Services of Project Implementation Support Consulant (PISC)

A. Background

1. The Government of the People’s Republic of Bangladesh has applied for financing from the Asian Development Bank (ADB) for improving priority Rural Road Network in Bangladesh. The Ministry of Local Government, Rural Development and Cooperatives (MLGRDC) acting through Local Government Engineering Department (LGED) of the Government of Bangladesh (the Client) has initiated Rural Connectivity Improvement Project which aims to improve about 2,683.2691 kilometers (km) of rural roads by widening and strengthening the existing rural road infrastructure. 2. The project is proposed to be implemented by LGED through the project management unit (PMU) set up at the headquarter level. The PMU will be assisted by project implementation units (PIUs) which will be set up at the division level. The contract administration of the civil works is proposed to be carried out by LGED district/upazila offices. 3. The project will cover five divisions of Bangladesh spanning almost the entire country except the north eastern part. The project will enhance people’s accessibility to the market thus creating opportunities for social and economic development apart from increased income. The project also proposes to enhance access to basic services, such as for health and education, of the rural population. 4. The five divisions covered are Dhaka, Chattogram, Khulna, Rajshahi and Rangapur. The roads to be improved under the project are located in 34 districts, and include improvements of upazila and union roads. These roads will be improved to paved and climate-resilient standards to provide all-weather road connectivity between agricultural production areas, growth center markets, and other parts of the country. 5. The project will have the following outcome: Transport efficiency on project roads increased. The key outputs include: (i) Rural road conditions between the selected rural communities, productive agricultural areas, and socio-economic centers improved; and (ii) Capacity of rural infrastructure agency and road users in project areas enhanced.

B. Objective of the Assignment

6. The main objective of the project implementation support consultant (PISC) is to support the PMU, PIUs, the district- and upazila-level officials of LGED to implement the project. Broadly, the objectives are summarized below: (i) review, check and if required do the engineering design of rural road infrastructure works necessary for implementation; (ii) assist the PMU/PIUs/district units/upazila units in the preparation and design of project activities; (iii) assist and advise the PMU/PIUs/district units/upazila units in all aspects of the contract administration of civil works; (iv) assist and advise the PMU/PIUs/district units/upazila units in the supervision of physical works, including improvement and upgradation of rural roads; (v) support the PMU/PIUs/district units/upazila units in project planning, monitoring, reporting and financial management;

1 1,700 km to be financed under Rural Connectivity Improvement Project (RCIP), remaining is expected to be financed under additional financing to RCIP in 2019.

Attachment B 57

(vi) assist the PMU/PIUs/district units/upazila units to develop training programs for staff and other stakeholders in technical and non-technical areas to improve levels of competence and build a more community oriented and gender sensitive approach, adapting climate change, addressing road safety and taking up participatory approach to performing their duties and responsibilities; (vii) assist the PMU/PIUs/district units/upazila units develop cooperative linkages and partnership programs with concerned line agencies and private sector organizations associated with maximizing benefits to the poor from the infrastructure investment; and (viii) assist the PMU/PIUs/district units/upazila units in establishing an asset maintenance and management system.

C. Project Area

7. The project area is spread over 34 districts in 5 divisions. The division-wise road list along with the road length is shown in Table 1. Table 4: Division-wise Road List 1. Sl. No. Name of the District Length of Road (km) 1. Faridpur 59.521 2. Gopalgonj 78.405 3. Madaripur 138.672 4. Rajbari 70.67 5. Shariyatpur 47.955 Total 395.223 km

2. Chattogram Division Sl. No. Name of the District Length of Road (km) 1. B Baria 70.453 2. Chandpur 40.139 3. Chattogram 91.076 4. Cumilla 94.313 5. Coxsbazar 37.954 6. Feni 31.932 7. Laxmipur 37.565 8. Noakhali 55.761 Total 459.193 km

58 Attachment B

3. Sl. No. Name of the District Length of Road (km) 1. Chuadanga 107.700 2. Jashore 201.269 3. Jhenaidah 65.075 4. Kushtia 78.835 5. Magura 53.838 6. Meherpur 13.081 7. Narail 50.499 Total 570.297 km

4. Sl. No. Name of the District Length of Road (km) 1. Bogra 109.039 2. Chapainawabganj 17.568 3. Joypurhat 34.202 4. Naogaon 103.199 5. Natore 78.460 6. Rajshahi 250.256 Total 592.724 km

5. Sl. No. Name of the District Length of Road (km) 1. Dinajpur 203.741 2. Gaibandha 87.690 3. Kurigram 45.383 4. Lalmonirhat 33.462 5. Nilphamari 101.480 6. Panchagarh 62.566 7. Rangpur 54.129 8. Thakurgaon 77.381 Total 665.832 km

D. Overall Scope of Services

8. The main task of the PISC can be broadly categorized under four heads, namely:

(i) Support/Assist LGED in engineering design and preparation of project specific safeguard documents. (ii) Assist in preparation of documents related to procurement of works, goods and services. (iii) Assist in supervision of civil works. (iv) Develop capacity building measures for the client.

9. The PISC team shall work under the PMU’s guidance to ensure completion of tasks assigned in a professional and time-bound manner.

10. The PISC team’s scope of services shall include but not be limited to the following:

(i) Assisting LGED in necessary engineering surveys and investigation including subsoil investigation, hydrological and morphological study, if required for preparation of detailed engineering report.

Attachment B 59

(ii) Providing engineering support in designing various components (including road safety) required for execution of the project, based on surveys and investigations and detailed engineering drawings. The design and drawings shall be prepared based on standards of LGED and awareness of latest international practice in rural road design, including software and formats to be adopted by LGED. (iii) Assisting in preparation of engineer's estimates and tender documents for subsequent civil works under the project. The document must have provisions for road safety for upazila and union roads. (iv) Assisting the PMU in preparing and implementing project activities, including planning, scheduling, procuring works, goods and services, setting methodologies, and training LGED staff for sustainable operations and maintenance of improved infrastructure, as well as operating the quality control regime. (v) Assisting the PMU in planning, monitoring reporting and managing finances, including project framework techniques for planning, training and financial monitoring during project implementation. (vi) Assisting and advising the PMU in all aspects of procurement including, evaluation of bids/proposals for goods and works, and contract awards. (vii) Supporting in field supervision of civil works, developing and implementing procedures for regular on-site checking, quality control, testing and monitoring of works execution and construction methods. (viii) Assisting and advising the PMU in administration of contracts. (ix) Certifying payments to contractors and completion procedures; developing procedures for laboratory and field tests for materials quality control; support LGED materials laboratories operation; and certification of quality and work progress. (x) Assisting the PMU in planning and implementing land donation scheme, where applicable, and reporting and documenting such; identifying and reporting adverse environmental and social impacts by caring out initial environmental examination and initial social assessment for the subproject; modifying designs and practices to avoid land acquisition and mitigate the impacts, such as by preparing and updating environmental management plans (EMPs) and social mitigating plan; preparing monthly, quarterly and final reports including the draft project completion report that include a section on safeguards monitoring; and preparing semi-annual safeguards monitoring reports. (xi) Assisting the PMU in preparation of overall project management plan, annual work plan including budget disbursement plan, and in preparing withdrawal applications to ADB. (xii) Assisting the PMU in reviewing existing monitoring system and suggesting improvements on the monitoring system. (xiii) Assisting the PMU in planning and implementing a training program including developing training manuals, preparing a training budget, and preparing training reports; assisting the PMU in preparing and implementing overseas training program under the project. (xiv) Assisting the PMU in organizing semi-annual review meetings of the project. (xv) Preparing a Draft Completion Report at the end of the three-year maintenance activities of pilot projects. This report shall include, among other requirements, the traffic related survey on the newly constructed roads, pavement condition report. The data shall form the basis of future maintenance requirements after completion of the civil work contracts.

60 Attachment B

(xvi) Preparing a Final Evaluation Report on the construction and 3-year maintenance activities. (xvii) Assisting the PMU in undertaking traffic survey, developing economic profile, undertaking economic and financial evaluation and all tasks related to a study of transport economics under the project. (xviii) Assisting the PMU in implementing the gender action plan including compliance monitoring; and preparing all social and gender related reports and other technical report as necessary. (xix) For smooth implementation of the project, the PISC is expected to perform any additional tasks/duties identified and assigned by the Project Director.

E. Institutional Arrangements

11. Procurement of civil works will be executed through National Competitive Bidding. The Conditions of Contract will be the General Conditions of Contract followed by LGED. The “Project Manager” will be defined in the contract data, which normally will be the Executive Engineer of the district under which the project will be executed. The “Project Manager” will have his Authorized Representative at each upazila level who normally will be the Upazila Engineer of the project upazila.

12. The PISC will assist the executing agency, LGED, in the implementation of the project. The Consultant will work directly with LGED and support/assist the Project Director and his team in the PMU, Deputy Project Directors in PIUs at division level, and Executive Engineers at district level and in the project areas at the upazila level, in order to achieve the objectives of the project.

F. Duration of the Assignment:

13. The assignment of PISC is expected to commence in Q1 2019 and the services of the consultant team are required for 24 months during execution and 36 months during the maintenance period of five packages chosen on pilot basis.

G. Output and Reporting Requirements

14. The consultant’s outputs will include contributions to the project’s milestones, relating to the expertise of the consultants in the team. 15. The reporting requirements shall be as per Table 2:

Table 5: Reporting Requirements In CD or Sl. No. of Flash No. Report Frequency Due Period Copies Disk Within 1 month after 1. Inception Report One time 5 2 commencement date 10th of the month following the 2. Monthly Report Monthly 5 2 reporting month Every 3 10th of the month following the 3. Quarterly Report 5 2 months reporting quarter. 1 month after the 4. Annual Report Four Times commencement month every 5 2 year

Attachment B 61

In CD or Sl. No. of Flash No. Report Frequency Due Period Copies Disk 2.5 years after commencement 5. Midterm Report One time 5 2 date Construction and After completion of construction 6. One time 5 2 Maintenance Report plus three years of maintenance. Draft Project At the commencement of 7. One time 5 2 Completion Report Defects Liability Period. Project Completion 8. One Time At the end of the assignment. 5 2 Report

16. Inception Report: The report will include the consultant’s proposals of the detailed project implementation arrangements and the planned activities for different components based on the initial assessment. The report will also include the detailed work program and approach towards the assignment.

17. Monthly Report: The consultant will submit a monthly report which must reflect all the activities undertaken during the month of the reporting period. The report must contain the targets and achievements.

18. Quarterly Reports: The consultant shall furnish quarterly progress reports on physical and financial progress and on implementation progress, including achievements and problems faced, if any, and the measures to overcome the constraints. The quarterly reports shall be factual and concise with recommendations for the subsequent quarter.

19. Annual Reports: The consultant shall furnish to the ADB and LGED an annual report covering all activities in the last 12 months. In addition to summarizing key facts and issues presented in the 4 quarterly reports for the reporting period, the annual report shall include the Consultant’s views on the strengths and weaknesses of the project implementation arrangements and remedial actions to be taken if any.

20. Midterm Report: The report will summarize the progress of achieving the physical and financial targets and DMF indicators. It will recommend actions to fill the gaps, if any. It will also review the project’s compliance with environment and social requirements.

21. Construction and Maintenance Report: This report will consolidate the annual reports and focus on issues during implementation of the project. The report shall include, among other requirements, the traffic related survey on the newly constructed roads, and the Pavement Condition report.

22. Draft Project Completion Report: This report is to be submitted after completion of services but within the completion period. This report will include the project performance on technical and financial components including social and environmental issues.

23. Project Completion Report: The consultant shall prepare a comprehensive completion report of all components of the project including civil works and consulting services. The report shall incorporate summaries of the methods of construction, the construction supervision performed, problems encountered, and solutions undertaken thereon and recommendations for future projects of similar nature to be undertaken by LGED. The report shall also contain final evaluation report of the construction and maintenance-related aspect for the relevant packages.

62 Attachment B

24. The Consultant shall include the self-appraisal in the report in compliance with ADB requirements for project completion report of executing agencies, including detailed data and information gathered and recorded during the project implementation.

25. Manual for Project Implementation: In addition to the reports mentioned above, the Consultant shall prepare a manual for administration, supervision and management of the project and the construction contracts to be implemented. It will serve as a guide and reference to the various officials in charge of the project management and supervision in discharging their duties in a smooth and systematic manner.

26. Workshops and Training Sessions:

(i) Seminars/Workshops. The consultant shall conduct for LGED officials semi-annual seminars/workshops on key aspects of technical capacity improvement and progress to date. Workshops on social/environmental safeguards and social inclusion shall be conducted on as-needed basis.

(ii) Training sessions. The consultant will provide on-the-job training to LGED officials on a day-to-day basis. Small class room style sessions shall be conducted monthly or quarterly as needed to supplement the daily trainings. The semi-annual seminars/workshops will present weaknesses and strengths of LGED officials identified during these training sessions, and the recommendations and suggestions from participants shall be used for improving the training methods.

H. STAFFING INPUTS

27. The consulting services will require the experts shown in Table 3 on an intermittent basis during 60 months, covering 24 months for construction period and 36 months for maintenance period for Pilot Packages selected for Construction and Maintenance.

Table 6: Required Consulting Services Sl. Nos. Estimated Man- Particulars Unit No. Month A. Key Experts (International) 1 Team Leader cum Senior Rural Road Specialist PM 1 27 Total for Key Experts (International) 27 B. Key Experts (National) 1 Deputy Team Leader cum Rural Road Engineer PM 1 60 2 Contract Management Specialist PM 1 30 3 Senior Safeguard Specialist PM 1 24 4 Structural Engineer PM 1 24 5 Financial Management Specialist PM 1 44 6 Road Safety Specialist PM 1 24 7 Resident Engineer cum Quality Control Engineer PM 9 216 8 Assistant Resident Engineer PM 34 1836 Transport Economist/ Benefit Monitoring and 9 PM 1 18 Evaluation Specialist 10 Procurement Specialist PM 1 24 11 Social Safeguard and Gender Specialist PM 3 72 12 Environment Specialist PM 5 45 13 Hydrologist PM 1 12 14 Training Specialist PM 1 24

Attachment B 63

Sl. Nos. Estimated Man- Particulars Unit No. Month Total Key Experts (National) 61 2453 Total for Key Experts 62 2480 C. Non-key Experts (National) 1 Field Supervising Engineer PM 60 1764 2 Junior Engineer PM 3 108 3 Training Coordinator PM 1 24 4 Estimator PM 5 156 5 CADD Operator PM 2 24 6 MIS Manager PM 1 60 7 Media Officer PM 1 60 Total for Non-Key Experts 73 2220 Total for all Experts 135 4700

I. Qualification and Experience Requirements of Key Personnel

I. International Position

1. Team Leader cum Project Management Specialist Position at Head Quarter with PMU, LGED.

a) Qualification Bachelor’s degree in Civil Engineering with post graduate degree in transportation/highway/structural/pavement engineering. Project Management degree will be preferred. b) Total Professional 20 years in planning, project management and implementation of rural Experience infrastructure construction and maintenance works. c) Project-related 5 years’ experience as a TL/PM. Experience of road construction and Experience maintenance project financed by Multilateral Financing Institution will be an added advantage. d) Overseas/Country At least eight years overseas experience is required. Developing country Experience experience preferred.

II. National Positions

1. Deputy Team Leader/ Rural Road Engineer

Bachelor’s degree in Civil Engineering with Post graduate degree in a) Qualification Transportation/Highway/ Structural engineering. b) Total Professional 20 years Experience c) Project-related 10 years’ experience in road sector in Bangladesh Experience d) Experience in working with international Preferred organizations/ agencies

2. Contract Management Specialist

Bachelor’s degree in Civil Engineering or other relevant fields. a) Qualifications Preferable: Post graduate degree in Civil Engineering or other relevant fields; membership to professional institutions.

64 Attachment B

b) Total Professional 10 years Experience 6 years as contracts specialist in contract administration of highway c) Project-related or road construction contracts (at least two contracts administered Experience under FIDIC contract or similar conditions of contract). d) Experience in working with international org./ Preferred agencies

3. Senior Safeguard Specialist

Master’s degree in (Sociology/ / Anthropology). a) Qualifications Preferable: Post graduate degree in Environment Science or other relevant fields. Membership of professional institutions. b) Total Professional 15 years minimum Experience 10 years of experience of working in and c) Project-related community awareness projects in linear highway project as Social Experience Safeguard Specialist. Must be conversant with ADB’s Safeguard requirement. d) Experience in working with international Preferred organizations/ agencies

4. Structural Engineer

Bachelor’s degree in Civil Engineering with Master’s in Structural a) Qualification Engineering. b) Total Professional 15 years Experience c) Project-related 10 years working experience in design of road, retaining walls, Experience bridge/culvert and drainage structures. d) Experience in working with international Preferred organizations/ agencies

5 Financial Management Specialist

Bachelor’s degree in Finance/Accounts/Commerce/Business Administration /Chartered Accountant. a) Qualification Master’s degree will be preferred. Professional designation in accounting (e.g., CPA/CA/CMA). b) Total Professional 15 years Experience 5 years of practical experience in the field of rural infrastructure construction and financing system and accounting/auditing in Bangladesh. Knowledge of Computer based budgeting and accounting c) Project-related packages and direct working experience with rural infrastructure Experience implementation project will be an advantage. Familiar with the financial rules and regulations of the Government of Bangladesh.

Attachment B 65

d) Experience in working with international Preferred organizations/ agencies

6 Road Safety Specialist

Bachelor’s degree in Civil Engineering. a) Qualification Master’s degree in Transportation will be preferred. b) Total Professional 15 years Experience 10 years of extensive experience in design and implementation of rural c) Project-related road safety in Bangladesh. Experience A certified Road Safety Auditor will be preferred. d) Experience in working with organizations/ Preferred agencies

7 Resident Engineer cum Quality Control Engineer

Bachelor’s degree in Civil Engineering. a) Qualification Post graduate degree in Transportation/Highway/Construction Management/Construction Material engineering will be preferred. b) Total Professional 15 years Experience 7 years’ experience in road up-gradation and improvement project as c) Project-related Resident Engineer or 10 years’ experience as Assistant Resident Experience Engineer in Bangladesh. Knowledge of country specific specifications with respect to quality control. d) Experience in working with international Preferred organizations/ agencies

8 Assistant Resident Engineer (A.R.E.)

Bachelor’s degree in Civil Engineering. a) Qualification Post graduate degree in Transportation/Highway will be preferred. b) Total Professional 10 years Experience c) Project-related 5 years’ experience in road up-gradation and improvement projects as Experience A.R.E./ Material Engineer in Bangladesh. d) Experience in working with organizations/ Preferred agencies

9 Transport Economist/ Benefit Monitoring and Evaluation Specialist a) Qualification Master’s degree in Economics/ Transport Economics/ Finance b) Total Professional 15 years Experience 7 years’ experience in analysing economic aspects of road project c) Project-related including economic analysis. Experience Experience in Benefit Monitoring of road projects will be preferred.

66 Attachment B

d) Experience in working with organizations/ Preferred agencies

10 Procurement Specialist

Bachelor’s degree in Engineering. a) Qualification Master’s degree in Procurement will be preferred. b) Total Professional 15 years with 5 years in direct procurement related activities. Experience 8 years’ experience in procurement planning, preparation of bid documents, tendering, bid evaluation. Training on Public Procurement c) Project-related will be an added advantage. Understanding of Public Procurement Act- Experience 2006 and Public Procurement Rules 2008 of Government of Bangladesh is required. d) Experience in working with organizations/ Preferred agencies

11 Social Safeguard and Gender Specialist a) Qualification Master’s degree in Sociology or other relevant field of Social Sciences. b) Total Professional 12 years with 5 years in sociological aspect/ resettlement issues in a Experience linear project. 6 years’ experience of Resettlement and Rehabilitation issues for a donor funded project. 5 years of experience in dealing with Safeguard and Gender related c) Project-related issues in a linear project as per Government of Bangladesh regulations Experience and in accordance with the requirement of development partner; familiarity with the government system, profound communication skill with the local stakeholders. d) Experience in working with organizations/ Preferred agencies

12 Environment Specialist

Graduate in Civil Engineering/Environmental Science and Post a) Qualification Graduate degree in Environmental Engineering or Environmental Science or other relevant fields. b) Total Professional 10 years with 8 years extensive experience in the implementation of Experience road projects. c) Project-related 5 years’ experience concerning environmental issues for donor funded Experience projects. d) Experience in working with international Preferred organizations/ agencies

13 Hydrologist a) Qualification Bachelor’s degree in Civil/ Water Resources Engineering/ Hydrology.

Attachment B 67

b) Total Professional 15 years Experience 10 years of extensive experience of design and implementation of road c) Project-related in Bangladesh. Experience d) Experience in working with international Preferred organizations/ agencies

14 Training Specialist

Master’s degree in any social science subject, preferably in a) Qualification development economics and planning. b) Total Professional 10 years Experience c) Project-related 6 years’ experience in training activities in transport sector and specific Experience experience in training in rural infrastructure sector in Bangladesh. d) Experience in working with international Preferred organizations/ agencies

III. Non-Key Experts (National) National Positions

1. Field Supervising Engineer

Diploma in Civil Engineering a) Qualification Bachelor’s degree in Civil Engineering is preferred. b) Total Professional 8 years for Diploma Engineer/5 years for Bachelor’s degree. Experience c) Project-related 5 years as a site engineer or equivalent position on highway/road Experience projects of similar nature.

d) Experience in working with international Preferred organizations/ agencies

2. Junior Engineer

Diploma in Civil Engineering a) Qualification Bachelor’s degree in Civil Engineering is preferred. b) Total Professional 5 years for Diploma Engineer. Experience 3 years’ experience (Diploma) and no experience (Bachelor’s) as a c) Project-related site engineer or equivalent position in development projects of similar Experience nature d) Experience in working with international Preferred organizations/ agencies

68 Attachment B

3. Training Coordinator

Post-graduate degree in any social science subject, preferably in a) Qualification development economics and planning. b) Total Professional 10 years Experience 8 years’ experience in training activities in transport sector and c) Project-related specific experience in training in rural infrastructure sector in Experience Bangladesh. d) Experience in working with international Preferred organizations/ agencies

4. Estimator

a) Qualification Diploma in civil Engineering b) Total Professional 8 years Experience c) Project-related 5 years’ experience as an estimator in the relevant field. Experience

d) Experience in working with international Preferred organizations/ agencies

5. CADD Operator

a) Qualification Diploma in Civil Engineering b) Total Professional 3 years Experience

c) Project-related 2 years as a CADD Operator or equivalent position on Experience highway/rural road projects of similar nature. d) Experience in working with international Preferred organizations/ agencies

6. MIS Manager

a) Qualification Bachelor’s degree in Economics/Statistics/Management. b) Total Professional 5 years Experience 3 years’ experience in development projects, especially in project c) Project-related processing, implementation, monitoring and evaluation. Experience in Experience foreign aided projects will be preferred. d) Experience in working with international Preferred organizations/ agencies

Attachment B 69

7. Media Officer

Master’s degree in Communication/Mass media, or relevant subject a) Qualification with Bachelor’s Degree in Journalism/IT/Communication/Mass media, or relevant subject. b) Total Professional 15 years Experience 8 years’ experience in the mass media development, multiplication, c) Project-related graphic design/audio-visual clip design, in development sector and Experience related field. d) Experience in working with international Preferred organizations/ agencies

J. Position Based Tasks/Responsibility

28. The position-based tasks specified for each of the positions mentioned in Table 3 above are indicated in the Table 4 below. Consultants should note that the position-based tasks and responsibilities in Table 4 are only indicative and that the consultant needs to propose its own working arrangements as a team based on the overall requirements in the TORs.

Table 7: Position-based Tasks/Responsibility (Indicative Only)

Sl. No. Position Tasks/Responsibilities I. Key International Expert 1. Team Leader (TL) Overall management of PISC team, acting as the Team Leader. The Cum Senior Road tasks typically include, but are not limited to, the following: Specialist • Manage and guide the team of consultants; • Implement the tasks mentioned in the scope of works of the project; • Coordinate and consult with LGED and concerned stakeholders regularly; • Monitor the progress of the project in meeting the desired outcome and outputs; • Prepare improvement and financing plan for the rural road construction and maintenance; • Review and monitor progress of the design and monitoring framework; • Monitor the progress on fulfilling loan covenants if any and advise LGED on any issues; • Review the standard designs of LGED and suggest any modifications if required; • Assess the existing procurement method and strategy and suggest if any modifications are required; • Cooperate closely with the Project Director in planning, coordinating and monitoring project implementation;

70 Attachment B

Sl. No. Position Tasks/Responsibilities • Advise on the preparation of contract specifications in consultation with the Project Director, in accordance with Government requirements and Donor's Guidelines; • Assist the Project Director in the preparation of detailed budget for all project activities, and in project financial management control; • Advise and assist the Project Director in preparing a detailed project implementation plan and Annual Plans of Operation which will include training activities, taking account of the need for timely completion of preparatory tasks, and improvements and up- grading prior to the monsoon season; • Advise on any modifications or additions required to standard designs and technical specifications used by LGED in order to meet project requirements, and prepare design standards for innovative activities; • Prepare and operate a monitoring plan and reporting system on the performance of planned improvements of roads in the project area; • Advise on preparation of standard contract documents, contract packaging, management of survey and design consultants, tender evaluation and contract award; • Assist the Project Director in establishing effective road improvement planning and implementation procedures in the project districts, and assist the PMU staff to monitor the procedures for selection of structures on rural roads under the project; • Advise on land donation, if any, and environment safeguards, and assist the social team in monitoring participation, gender and development, poverty reduction and Benefit Monitoring Evaluation (BME) aspects of the project; • Advise the relevant specialist on design and conduct of training programs and orientation curriculum, employing participatory approaches and manuals for various courses and workshops in line with the project objectives including gender & social analysis, resettlement planning, environmental assessments, environmental management and climate change adaptation, road safety, and construction procedures, and other social development related areas in consultation with the PMU and other team members; • Ensure that poverty, social development and gender, as well as environmental and climate change issues, are integrated into all training/ orientation programs and courses where relevant; • Facilitate in arranging training and orientation programs at various levels in collaboration with relevant team members; • Prepare an annual training plan and budget and integrate the same into the overall annual plan of the project; • Act as resource person/ facilitator in different training courses; • Collect and compile training related data on a gender desegregated basis;

Attachment B 71

Sl. No. Position Tasks/Responsibilities • Assist the Transport/BME specialist in preparation of the BME of the project, • Advise on the coordination of project activities with relevant units and cells in LGED, and liaise with other development partners, in order to ensure that the project contributes to strengthening institutional capability in LGED; • Identify any actions to be taken to ensure achievement of the project's objectives, outputs and result; • Prepare Inception report and other periodic consolidated Monthly, Quarterly and Annual reports, and at the end of the assignment, prepare consolidated final report; • Assist with any other project relevant duties as may be reasonably assigned by the Project Director; • Assist the Employer in contract administration and management of the Project and civil work contracts including monitoring of validity of security deposit made by the contractor against advances if any; • Interpret the technical specifications and contract documents relevant to the project; • Obtain related approvals from concerned authorities for any redesign of road realignment, modifications; • Ensure receipt of requisite insurances as per contract requirements; • Review documentations and advance actions for handing over of site and advise on issuing notice to set the commencement date; • Ensure contractor effects and implements Quality Control System; • Issue approval to the Contractor's detailed work program, suggest modifications if any and ensure Contractor’s compliance with the Program; • Issue approval to the Contractors’ superintending personnel with modifications if any; • Scrutinize and approve Contractors’ construction method statements; • Issue finalized or revised “Good for Construction Drawings” and additional detailed drawings required for the execution of the work; • Issue to the Contractor amended alignment plan and profile drawings based on review of tender drawings and updated topographic surveys; • Approve Contractor's working drawings based on setting out details; • Approve setting out data for the Works finalized as a result of ground verification and survey; • Monitor supervision of all works and ensure proper supervision as per contract requirement; • Monitor closely and regularly the progress of work and advise the Contractor about corrective measures;

72 Attachment B

Sl. No. Position Tasks/Responsibilities • Monitor status of Contractor’s equipment, plant, machinery installations, housing and medical facilities; • Direct and/or advise Contractor to avoid and/or reduce the risk in case of any emergency; • Advise Contractor in all matters covering safety and care of work, environmental aspects and labour welfare; • Verify and recommend, if in order, Contractor's requests for advance and interim payment certificates; • Assist Employer in arranging relocation of services as may be needed; • Maintain a permanent record of all payments made to the contractors; • Approve “as built” drawings; • Inspect the works on completion of each milestone before accepting the work and report to the PMU; • Inspect works at appropriate intervals during Defects Notification Period and advise the PMU accordingly; • Ensure that contractors implement and maintain the environmental monitoring in compliance with the environmental management plan (EMP) as a part of the civil work contracts. II. Key National Experts 1. Deputy Team Leader • Assist the Team Leader (TL) in all his roles and responsibilities (DTL)/ Road Engineer mentioned above. • Act as TL during then TL’s absence. • Act as TL during maintenance of Pilot Road Packages. 2. Contract Management • Assist TL/DTL in contract management. Specialist • Assist the team in resolving contractual issues related to Construction and Maintenance. • Assist in incorporating good practices in future contract documents. 3. Senior Safeguard • Train and provide guidance to the PMU/PIU and relevant LGED Specialist staff on principles of social and environment safeguard issues, GOB policy and ADB Safegaurd Policy Statement (2009) , and their implications for the project; • Provide specialist advise and support to the PMU for review and updating of the community participation framework; • Oversee the actual implementation of land donation with MOU through frequent field visits to check on progress and issues arising, and provide advice to the PMU/PIU on the implementation of the safeguard policy. • Train the PMU officials, executive engineers and upazila engineers based in HQ, districts and Upazila in grievance procedures and regulations; • Assist LGED in preparing full land donation plan with MOU, as required;

Attachment B 73

Sl. No. Position Tasks/Responsibilities • Assist in establishing a system for administering the grievance procedures; • Support the BME survey and preparation of BME report by the Transport/BME Specialist; • Advise and assist the PMU/PIU and LGED Executive Engineers in social aspects of the implementation of the land donation procedures, including participation by Project Affected Persons (PAPs); • Report regularly to the Project Director and the TL/DTL on the progress of land donation and issues arising, and advise on actions to address significant problems; • Support the PMU/PIU to prepare reports on the progress of land donation which will be submitted to ADB; • Assist PMU and TL/DTL in preparation of monthly, quarterly, semi- annual, and annual progress reports, and project completion report. • Review the project’s safeguard systems assessment (PSSA) including the project’s likely positive and negative environmental impacts and risks, identifying the safeguard principles; and prepare a matrix on how the environmental safeguards are triggered by the project; • Prepare a diagnostic assessment of applicable and relevant laws, regulations, rules, and procedures for managing and mitigating the likely impacts of the project (focusing on the SPS policy principles that are likely to apply to the project); • Assess the country’s implementation practice, capacity, and commitment to plan, implement, monitor, and report on the safeguard measures; • Assess gaps in safeguard documents and prepare safeguard related action program to address the identified weaknesses, including consideration on the need for capacity strengthening measures; • Identify measures for monitoring environmental safeguard systems performance; • Undertake field monitoring visits to oversee the actions taken by the contractors in regard to the implementation of EMP and suggest corrective measures if necessary; • Assist PMU and TL/DTL in accumulating climate vulnerability data and information from various national and if possible from international sources; • Investigate the current status of climate change, vulnerability and impacts over the study area and 73nalyse in detail future climate change projections and scenarios; • Make detailed investigation of climate change impacts on the project’s rural roads and prepare the climate resilient criteria to be incorporated in the road design by considering future climate change scenarios;

74 Attachment B

Sl. No. Position Tasks/Responsibilities • Review periodically and report on the impact of project activities on the environment, and determine the nature and extent of environment impact, if and, caused by the Project; • Assist in facilitating participatory planning and the implementation of the initial environment examination recommendations; their proposed construction technology, and project implementation plan to identify any potential adverse impact; • Identify budget needs to strengthen LGED capacity for adequate environmental monitoring and management of the project; • Assist TL/DTL in reviewing all infrastructure design (climate resilient structure), their proposed construction technology, and project implementation plan to identify any potential adverse environmental impacts and climate risks; • Advise and support LGED in building in-house capacity for the training of LGED staff to carry out initial environmental examination for its projects, awareness-building of and motivating stakeholders/beneficiaries on environmental issues; • Monitor EMP and prepare compliance progress toward the expected outcomes, verify monitoring information to identify adverse environmental impacts, document results, identify the necessary corrective actions, and reflect them in a corrective action plan; • Keep liaison with institutions responsible for climate change issues in Bangladesh to keep abreast on all information necessary to assist the TL in planning and designing climate resilient infrastructure for the project; • Develop monitoring and guidance tools for climate resilient improvements of the rural roads including climate resilient check list; • Prepare training materials and provide training to LGED engineers and stakeholders on environment and climate change, impacts and adaptation especially for climate resilient road maintenance; • Contribute to the training of LGED staff and contractors on implementation procedures and technical matters related to environment and climate change compliance; • Provide inputs into training course for the project as required; • Prepare environmental field monitoring report, quarterly, annual, and midterm progress reports, and project completion report; • Other duties as may be identified by the Project Director and TL/DTL. 4. Structural Engineer • Liaise with the PIU, district and upazila LGED staff and assist as required in the design of embankment, pavements, drainage structures and protection works;

• Responsible for all types of design such as for roads, culverts, drainage structures and protection works;

• Assist PMU and TL in developing standard design and technical specifications covering climate-resilient and road safety measures for all project civil works

Attachment B 75

Sl. No. Position Tasks/Responsibilities • Conduct engineering surveys and investigations as required for preparing designs of civil works under the project; • Prepare engineering drawings for roads, culverts, drainage structures and protection works to be executed under the project; • Prepare technical design criteria for roads and culverts specially in embankment design, protection measures, cross drainage capacity;

• Report all unusual design conditions to the TL and DTLs and discuss solutions appropriate to the conditions; • Undertake special designs if necessary where standard design produced by LGED requires modification; • Undertake regular field visits to the project districts to review implementation and supervision of civil works and contribute to resolving any issues arising; • Arrange to carry out any necessary changes in design during the construction period; • Assist PMU/TL as necessary in all respect of design and specification; • In conjunction with PMU check all designs and documents prepared for the projects; • Contribute to the training of PMU and LGED district and Upazila staff on project implementation procedures and technical matters; • Provide inputs to developing a training course for the project as required; and 5. Financial Management • Work under supervision and guidance of PMU and TL/DTL, Specialist provide support and guidance to the PMU and LGED financial and accounting staff, including district accounting staff; • Develop a monitoring format for monthly progress monitoring of activities and tasks relevant to financial management of the project. • Effectively manage the financial aspects of the project in a timely and coordinated manner. • Be responsible for accurately monitoring and reporting actual and projected expenditures of funds (from government and ADB sources) on a monthly basis and quarterly basis. • Assist PMU to prepare monthly and quarterly financial statements, and quarterly, semi-annual, and annual progress reports and completion report. • Visit district accounting staff periodically for compliance monitoring of disbursement and accounting requirements and provide technical support. • Liaise with representatives of the ADB for the project, as necessary and directed by the Project Director. • Assist PMU to prepare annual project financial statements in the form acceptable to ADB. • Advise on actions to be taken to mitigate gaps in internal controls and effectively follow up on actions to be taken.

76 Attachment B

Sl. No. Position Tasks/Responsibilities • Advise on compliance with loan covenants and ensure that compliance with the covenants is maintained. • Advise and monitor audit observations, and effectively follow up and implement audit recommendations for resolving any audit issue. • Assist PMU to address issues raised by ADB on audited project financial statements and effectively follow up on actions to be taken. • Ensure adherence to ADB requirements and regulations in financial reporting and controls. • Perform any other relevant tasks given by the Project Director and TL/DTL. • Provide capacity building support to LGED (including PMU and district staff of the project). • Identify training needs of LGED staff, prepare tentative training program and coordinate with other relevant projects in preparing training modules, and implement the training program • Prepare manuals for conducting continuous financial training and provide annual financial training to LGED staff • Ensure that relevant staff of LGED and other offices understand the differing requirement of the co financiers in budgeting and disbursing funds • Advise on the TORs for conducting internal audits • Assist with any other duties as may reasonably be assigned by LGED and agreed with the ADB • Prepare monthly report, quarterly report, annual report in connection to the financial management of the project’s, including status of Financial Management Action Plan (in the Project Administration Manual) and LGED capacity building support. • Assist in monitoring of security deposit validity against advances made to the contractors if any 6. Road Safety Specialist • Take stock of the prevailing situation and trends by studying accident data and reviewing reports; • Review the Traffic Safety Plan and the accident statistics of the project area (district/upazila), and carry out detailed road traffic safety inspection and design works to meet the project objectives; • Assist the TL/DTL in his/her works and carry out the detailed design and cost estimates for the road safety component; • Conduct road safety audit/inspection on sample roads (at least two from each district) and document the issues and the counter measures (engineering and non-engineering); • Supervise the road safety works implemented in the project area and collect impact data following the monitoring data; • Identify project districts with higher accident rates and conduct road safety training in that district vigorously; • Assess the impact of the proposed activities in reducing accident incidents;

Attachment B 77

Sl. No. Position Tasks/Responsibilities • Provide training and workshops for LGED staff, stakeholder, beneficiaries, community people, LGls representatives, vehicle operators and vehicle owner on road safety issues; • Contribute content on road safety activities, status and issues to prepare monthly report, quarterly report, annual, and midterm progress reports, and project completion report; • Assist LGED in formulating and applying an LGED-focused rural road safety policy and action plan; • Develop and oversee a road accident data management system for the RMRSU, including defining the data requirements and collection procedures, and conducting the initial data analysis; 7. Resident Engineer • Assist the PMU/PIU and TL/DTL in implementation of all activities cum Quality Control of the project; Engineer • Assist the PMU/PIU and TL/DTL in the preparation of annual road improvement plans of operations; • Assist the PMU/PIU and TL/DTL in planning, coordinating and monitoring project implementation including preparation of detailed budgets for all project activities; • Assist PMU/PIU and TL/DTL to assess, select and prepare the list of candidate road subprojects for improvement based on criteria and detailed road condition survey; • Assist the PMU/PIU and TL/DTL in developing standard contract documents for the project’s civil works, contract packaging, preparation of tender/ bidding documents, and evaluation of tenders for the civil works; • Oversee and supervise the work of Assistant Resident Engineer and Field Supervising Engineers (FSEs); • Oversee and support the engineering survey (Topographical Survey and Detailed Road Condition Survey) and data collection for all rural infrastructure improvement subprojects, including sample site inspections, and recommend remedial actions to the PMU where problems arise; • Assist PMU and TL/DTL in developing standard design and technical specifications covering climate-resilient and road safety measures for all the civil works; • Assist PMU in verifying improvement cost estimates for selected roads including for climate proofing infrastructure proposed for improvement; • Monitor the progress and quality control of the improvement activities of subprojects administered by LGED District and Upazila Offices; • Undertake regular field visits to the project districts to review implementation and supervision of the civil works, and contribute to resolving any issues arising; • Assist PMU to monitor the progress of land acquisition or land donation with MOU; • Guide and oversee the work of Environment/Climate Change Specialist and check the effectiveness of the environmental mitigation measures; • Contribute to the training of PMU, LGED staff (District and Upazila level) and stakeholders on project implementation procedures, technical matters, environmental and climate change matters;

78 Attachment B

Sl. No. Position Tasks/Responsibilities • Assist PMU/PIU and TL/DTL in providing certification of the due quantity and quality of works based on cross checking of on-site approvals by the Field Supervising Engineers; • Inspect the existing LGED laboratories, and define any additional equipment requirements and improvements in operational procedures and staffing to meet project needs; • Define training requirements for LGED laboratory and field supervision staff on testing and quality control procedures, including preparation of training materials as necessary; • Contribute to the training of LGED staff and contractors on testing and quality control procedures; • Monitor and check on a continuous basis, through regular visits and on-site inspections, the performance of laboratory and on-site testing, and advise on remedial actions as needed; • Provide continuing advisory support, through LGED executive engineers and Upazila engineers, to laboratory and on-site supervision staff, on improvements in quality control procedures; • Assist the PMU and LGED executive engineers in reviewing and checking site investigations carried out by others; • Report regularly to the TL/DTLs on quality control matters, and identify any critical issues, which require attention; • Advise on the content and organize training courses where necessary for LGED district and Upazila staff and for contractors on construction methods, on-site supervision and quality control, laboratory testing procedures, environmental requirements and contract management; • Contribute to the preparation of monthly, quarterly, annual and midterm report; • Assist with any other duties as may be reasonably assigned by the Project Director. 8. Assistant Resident • Assist in management and contract administration of the assigned Engineer project road packages. • Scrutinize and / or review Contractor’s superintending personnel and report to TL, on modifications, if any. • Interact with Employer’s representative at divisions/districts. • Scrutiny, checking and verification of setting out data • Carry out supervision of all works as per approved method statements. • Examine Contractor's preparation and the completed position of work as per “request for inspection,” and promptly advise the contractor. • Monitor closely and regularly the progress of work and report to the TL/Employer’s representative at divisions/districts. • Carry out regular inspection of Contractor's equipment, plant, machinery, installations, housing and medical facilities. • Direct Contractor to carry out works, as may be necessary, to avoid or reduce the task in case of any emergency. • Supervise the Contractor on all matters concerning the safety of works, workmen and environmental aspects and labour welfare. • Witness sampling and testing being carried out by staff of the Contractor and undertake additional audit tests to ensure quality. • Monitor and review the test results/ certificates for all construction materials and/or sources of materials, and report to TL.

Attachment B 79

Sl. No. Position Tasks/Responsibilities • Examine the requests for advances and monthly statements of contractors and examine interim payment certificates. • Assist the Employer in correspondences, arranging meetings and preparation of details related to the assigned project road package. • Maintain a permanent record of all measurements for the works /quantities to be paid for and payment dates. • Assist TL in preparing reports. • Review “as-built” drawings prepared by the Contractor and maintain record of tests of all data and records. • Maintain a permanent record of all tests carried out for monitoring the quality of works. • Maintain a day-to-day journal recording all events relevant to the works. • Assist the PMU/TL in planning, coordinating and monitoring of project implementation, including preparation of the annual plans of operations and detailed budgets for all project activities. • Undertake transect walk and prepare subproject-wise Detailed Project Reports (DPRs) if required on a particular road, with the assistance of the team of consultants and field-level LGED officials. Thereafter, submit these DPRs to the TL for submission to the Project Director, for approval of the ADB; • Identify project management issues arising from the monitoring of physical and financial progress, and bring these to the attention of the Project Director; • Assist in the development of standard designs and technical specifications for all the civil works; • Review detailed engineering designs and bills of quantities, and evaluate tenders for civil works; • Undertake regular field visits to all project districts to review implementation and supervision of the civil works, and contribute to resolving any issues arising; • Prepare procedures for the conduct of regular road surveys and traffic count surveys on bitumen-surfaced upazila roads (UZR) and prepare procedures for planning the annual program of UZR and UNR (Union Roads) for improvement works under the project; • Assist the PMU to monitor the progress of land acquisition/land donation if any, and the application and effectiveness of environmental mitigation measures; • Contribute to the training of PMU and LGED district and upazila staff on project implementation procedures and technical matters; • Advise on the establishment of sample on-site checks of the execution of civil works, and of quality and quantity control, and provide advice on remedial actions as required; • Assist with the certification of the due quantity and quality of all works, based on cross-checking of on-site approvals by the Field Supervision Engineers; • Assist the PMU and the executive engineers in identifying training requirements for LGED district and upazila staff and for local contractors; • Advise on the content and organization of training courses where necessary, and the conduct of training for LGED district and

80 Attachment B

Sl. No. Position Tasks/Responsibilities upazila staff and for local contractors, on construction methods, on-site supervision and quality control, laboratory testing procedures, and contract management; • Contribute to the preparation of quarterly, annual and mid-term reports, and participate in regular co-ordination meetings with project implementation staff; and • Assist with any other duties as may be reasonably assigned by the Project Director and agreed with the ADB. 9 Transport Economist/ • Confirm traffic volumes and modal mix through traffic surveys, Benefit Monitoring and determine economic and financial parameters, and assess Evaluation Specialist economic benefits; • Prepare economic profiles of project districts and the transport network; advise on the methodology to be used to determine and verify socio-economic benefits expected from the project (e.g., definition of road influence areas, bases for determining increasing yield, analyses of farm-gate pricing with and without upgraded and maintained infrastructure); • Estimate the net value from improvement of roads and facilities on social aspects and agricultural production; • Assess and quantify detailed costs and benefits of the project, and prepare economic and financial assessments; • Undertake a detailed economic and financial evaluation with sensitivity analysis of the subprojects; • Prepare item-wise detailed budget of the project, total cost estimates, and investment plan based on the subproject design cost estimates in a format acceptable to PMU; • Monitor benefits of the already implemented subprojects, assess accrued benefits, and find out constraints, if any, and suggest remedial measures to be adopted for the upcoming subprojects. • Assist in the preparation and determination of economic data for input into road improvement and upgrading management systems operated by LGED, and assist in operation of the system and examine outputs relative to the project; • In close cooperation with the PMU, develop, improve or refine detailed methodologies, data collection instruments and analytical procedures for monitoring and evaluation (M&E) of implementation progress in physical and financial terms, and the overall economic and social impacts of project investments. • Plan and supervise the regular collection of data to monitor and evaluate the effects on traffic and the economic benefits of road improvement and upgrading; • Design and manage the conduct of special studies on the economic and social impacts as may be required; • Develop detailed methodologies, data collection instruments, and analytical procedures for monitoring and evaluation of overall economic and social impacts of project investments for preparation of the Baseline, Midterm and Terminal (BME) report;

Attachment B 81

Sl. No. Position Tasks/Responsibilities • Train BME field supervisors and LGED enumerators in data collection procedures, as required during project implementation, and carry out the analysis of the BME data collected; • Prepare a reporting schedule that facilitates the analysis of the project development objectives progressively and implement approved schedule, and reports progress and any issues of concern; • Assist the PMU and TL/DTL in preparation of monthly, quarterly, semi-annual, and annual progress reports, and completion report; • Other project related duties as may be identified by the Project Director and TL. 10. Procurement Specialist • Review the procurement plan of the project according to the Government of Bangladesh’s procurement thresholds, procurement methods and approval requirements (prior or post) in connection with procurement of goods and works under the project, and advise the PMU on its application; • Support and advise the PMU in preparing, monitoring and reporting on their annual procurement plans for works and goods, and in resolving any significant problems and issues arising; • Assist the PMU in the procurement of civil works, equipment and vehicles, including preparation of specification and bidding documents, tendering and contract award; and preparing bid evaluation reports in accordance with ADB’s procurement requirements; • Assist the PMU in the preparation of tender and contract documents for all construction and maintenance civil works, and in the tendering process, contract award and contract management and administration, in accordance with the GOB Public Procurement Rules, 2008; • Advise the PMU in resolving any significant issues and problems that arise in procurement and contract management; • Prepare training materials and contribute to the training of relevant LGED staff on procurement and contract management; • Support the PMU and TL/DTL in monitoring and reporting on procurement and contract management; • Assist TL/DTL and PMU in updating the procurement plan annually for goods and works, and suggest methods to be used; • Assess ongoing procurement reforms including e-procurement in the country, and feedback from the donor funded projects on the systemic issues; • Suggest how the country’s procurement process can be further strengthened through this project; • Assist PMU and TL/DTL in preparation of monthly, quarterly, semi- annual and annual progress reports, and project completion report; • Perform other project related duties as may be identified by the Project Director and TL/DTL.

82 Attachment B

Sl. No. Position Tasks/Responsibilities 11. Social Safeguards and • Support the PMU to develop and operate monitoring and reporting Gender Specialist formats for different social aspects of project implementation. • Guide and support PMU on the identification and involvement of disadvantaged women, the poor and indigenous communities in the project activities and the generation of benefits for them. • Provide support to the PMU in monitoring and reporting on social aspects of project implementation. • Generally, provide specialized guidance and support as required to the PMU staff on other aspects of the Project with social dimensions such as road safety, land donation and environmental management and adaptation. • Support the PMU as required in training initiatives for capacity development of the poor, women and other disadvantaged groups. • Assess the progress on key social issues in project implementation through regular field visits and inspections, report to the Project Director and the TL/DTL, and advise on actions to address significant problems arising. • Provide guidance in developing policy, programs and procedures of the project to implement the Gender Action Plan and enhance contribution to social development; • Assist the TL/DTL to plan, design, prepare curriculum, deliver, monitor and evaluate training/orientation program on gender and social analysis, and support incorporating gender aspects in the training for the project targeted participants • Provide social and gender inputs for all the trainings both at institution and community levels; • Ensure implementation and monitoring of Gender Action Plan, and women-friendly project grievance mechanism will be put in place • Ensure a gender equitable working environment in the project; • Assist in installing a gender-based monitoring system at all levels in collaboration with the PMU, TL/DTL and Resident-cum-Quality Control Engineer; • Undertake and initiate research and analysis of operational strategies and impact of the project in attaining the goal of gender, and social development both at project and community levels; • Review and if necessary revise the Gender Action Plan; • Prepare a component-wise annual plan and budget for gender and development activities, and integrate this in the overall annual plan of the project; • Prepare monthly, quarterly, semi-annual and annual progress, and project completion reports on social, gender and poverty aspects; • Assist the PMU/PIU and TL/DTL in preparation of monthly, quarterly, semi-annual and annual progress and project completion reports; • Perform other duties as may be assigned by the Team Leader in consultation with the Project Director.

Attachment B 83

Sl. No. Position Tasks/Responsibilities 12. Environment Specialist • Review ADB SPS 2009, Government of Bangladesh applicable environmental laws and regulations, project’s initial environmental examination report including all environment checklists included in the DPRs with emphasis on the individual roads/packages’ likely positive and negative environmental impacts and risks, identifying the safeguard principles, and prepare a matrix on how the environmental safeguards are triggered by the project; • Assess the country's implementation practice, capacity, and commitment to plan, implement, monitor, and report on the safeguard measures; • Assess environment gaps, if any, prepare safeguard related action program to address the identified weaknesses, including consideration on the need for capacity strengthening measures; • Identify measures for monitoring environmental safeguard systems performance; • Undertake at least semi-annual field monitoring visits to oversee the actions taken by the contractors in regard to the implementation of EMP and suggest corrective measures if necessary; • During preparation of bidding documents, clearly identify environmental responsibilities; • Assist LGED to review the Construction Contractor's Environmental Program to be prepared by the contractor in accordance with the EMP, relevant plans and ADB Environmental Guidelines, and to make recommendations to LGED regarding any necessary amendments for its approval; • Assist LGED to implement the measures identified in the EMP to include liaisons with concerned agencies to secure necessary clearances and permits (e.g., tree cutting, utility shifting, working near irrigation canals); • Monitor the effectiveness of EMP and negative impacts on environment caused by the construction works, and provide technical advice, including a feasible solution, so LGED can improve the situation when necessary; • Prepare bidding documents which include the clauses to have the Contract comply with the requirements of the EMP and SPS 2009; • Assist PMU and TL/DTL for accumulating climate vulnerability data and information from various national and if possible from international sources; • Investigate the current status of the climate change, vulnerability and impacts over the study area and analyse in detail future climate change projection and scenario; • Make detailed investigation of the climate change impacts on the rural road subprojects and prepare the climate- resilient criteria to be incorporated in the designs by considering future climate change; • Review periodically and report on the impact of project activities on the environment and determine the nature and extent of environment impact, if caused by the Project;

84 Attachment B

Sl. No. Position Tasks/Responsibilities • Assist in facilitating participatory planning and the implementation of the initial environment examination recommendations; their proposed construction technology, and project implementation plan to identify any potential adverse impact; • Identify budget needs to strengthen LGED capacity for adequate environmental monitoring and management of the project; • Assist TL/DTL in reviewing all infrastructure design (climate resilient structure), their proposed construction technology, and project implementation plan to identify any potential adverse environmental impacts and climate risks; • Advise and support LGED in building in-house capacity for the training of LGED staff to carry out initial environmental examination for its projects, awareness-building of and motivating stakeholders/beneficiaries on environmental issues; • Conduct compliance inspections to monitor EMP and prepare compliance progress toward the expected outcomes, verify monitoring information to identify adverse environmental impacts, document results, identify the necessary corrective actions, and reflect them in a corrective action plan; • Keep liaison with institutions responsible for climate change issues in Bangladesh to keep abreast on all information necessary for to assist team leader in planning and designing climate resilient infrastructure for the project; • Develop monitoring and guidance tools (e.g., self-monitoring reports) for climate resilient improvement and upgrading of the rural roads including climate resilient check list; • Prepare training materials and provide training to LGED engineers and stakeholders on environment and climate change, impacts and adaptation especially for climate resilient road maintenance; • Contribute to the training of LGED staff and contractors on implementation procedures and technical matters related to environment and climate change; • Provide inputs to developing a training course for the project as required; • Conduct at least 3 environmental inspections during the construction phase: (i) First report at pre construction stage, (ii) Second report after three months of start of construction or on completion of 25% construction, and (iii) Third report after seven months of start of construction or on completion of 75% of construction; • Prepare environmental field monitoring report, quarterly report, annual report, midterm report and project completion reports; • Support the TL/DTL in preparing the monthly, quarterly, annual, midterm and project completion reports; • Perform other duties as may be identified by the Project Director and TL/DTL. 13. Hydrologist • Develop baseline condition of hydrological features of the study area, establish the drainage pattern and catchments’ boundaries;

Attachment B 85

Sl. No. Position Tasks/Responsibilities • Review past and present morphological processes, i.e., erosion and deposition patterns, flow dynamics and sediment transport; • Analyze rainfall-runoff, tide, wave, drainage basin, river water levels, frequency analysis and establishment of design flood event of the project area; • Collect and analyze relevant hydrological data, in consultation with LGED design cell, and assess the requirement for additional cross-drainage capacity on project roads in order to maintain natural drainage; • Based on analysis of hydrological data, assist the Senior Design Engineer in establishing technical design criteria for roads and bridges especially in embankment design, protection measures, and cross drainage capacity; • Establish potential areas for erosion of all road alignments in riverine and wetland areas, and assist in roadside plantation and turfing program under the project; • Review climate change scenario and available reports on climate change and work with Environment cum Climate Change Specialist in assessment of potential impacts of climate change and sea level rise; • Recommend options for improving design criteria of the rural infrastructures (roads, embankments, bridges, culverts, etc.) related to hydro-morphological analysis considering climate change scenarios; • Provide support to the design engineers to come up with an improved climate resilient rural infrastructure design; • Prepare relevant reports on the hydrological and morphological areas; • Assist PMU and TL/DTL in preparing the monthly, quarterly, annual, and mid-term progress reports, and project completion report; • Perform any other project related work, as may be advised by the Project Director and TL/DTL. 14. Training Specialist • Develop training programs for LGED staff and other stakeholders in technical and non-technical areas to improve levels of competence and build a more community oriented and gender sensitive approaches for climate change adaptation and road safety, and apply a participatory approach in performing their duties and responsibilities; • Co-ordinate with different training institute, individual trainers, agencies of GoB and facilitate in arranging training programs including in the logistics • Advise and coordinate with relevant experts in the design and implementation of basic training programs and orientation curriculum employing participatory approaches; compile handbooks and manuals for various courses in line with the project objectives; • Ensure that poverty, social development and gender as well as environmental issues are integrated in formal training programs and courses where related;

86 Attachment B

Sl. No. Position Tasks/Responsibilities • Assist in Training Needs Assessment: (TNA) of the representatives and officials of the various stakeholders, arrange formal training programs at various levels in collaboration with relevant team members; • Coordinate the training of PMU, LGED staff (district and upazila levels) and stakeholders on project implementation procedures, technical, environmental and climate change matters; • Coordinate formal training activities for LGED staff (district and upazila levels) at the relevant venue and ensure implementation and monitoring of the training activities; • Supervise and monitor district- and upazila-level training programs. • Prepare an annual training plan and budget and integrate the same into the overall annual plan of the project; • Act as resource person/facilitator in formal training courses and work as a trainer in training of trainers (TOT). • Prepare training program, materials or modules; • Collect and compile training related data/information; • Evaluate the effectiveness and assess impact of training programs with gender and environment perspectives; • Prepare the monthly, quarterly, annual, and mid-term training reports at different time to time and final report at the end of the project; • Assist PMU and TL on all matters related to training activities. III. Non-Key National Experts 1. Field Supervising • Assist in preparing the annual district improvement and upgrading Engineer program for civil works; • Assist in monitoring the progress of individual contracts and in taking remedial measures as required; • Assist in undertaking, guiding, checking and supervising detailed engineering (topographical, detailed road condition survey, traffic survey), social, environmental and economic survey; • Advise on determining contract package appropriate to contractors; • If required, assist in expediting land acquisition/land donation procedures; • Monitor on-site material and equipment storage and storage and handling procedures, and environmental practices, and advise on remedial measures if necessary; • Ensure the implementation of the EMP; • Assist site supervision of all improvement and upgrading works to ensure that design standards and technical specifications are achieved, including use of appropriate construction methods, on- site in the quality control, and proper checking and measurement of quantities and advise on remedial actions as required; • Jointly measure and check with LGED office all works presented for payment, jointly approve the quantity and quality of all improvement and upgrading works;

Attachment B 87

Sl. No. Position Tasks/Responsibilities • Contribute to the training of LGED district and upazila staff, and of contractors in on-site supervision procedures, construction methods and contract management; • Identify any issues related to laboratory testing which should be addressed by the Resident cum Quality Control Engineer; • Closely work under the instructions of Resident cum Quality Control Engineer; • Regularly and promptly report to the Resident cum Quality Control Engineer; • Periodically inspect quality control tests of materials and works; • Monitor if any grievances have been registered by the beneficiaries; • Inform and suggest promptly any relevant information from the field which will improve the implementation of the project; • Report regularly to the PMU and TL/DTL and Resident cum Quality Control Engineer on progress and performance of civil works, and identify any critical issues which require attention; • Perform any other relevant assignments given by the Project Director and TL/DTL. 2. Junior Engineer • Assist in preparing the annual district improvement and upgrading program for civil works; • Assist in monitoring the progress of individual contracts and in taking remedial measures as required; • Assist in undertaking, guiding, checking and supervising detailed engineering (topographical, detail road condition survey, traffic survey), social, environmental and economic surveys; • Advise on determining contract packages appropriate to contractors; • If required, assist in expediting land acquisition/land donation procedures; • Maintain a permanent record of all measurements for the works /quantities to be paid for and payment dates. • Assist the PMU/TL in planning, coordinating and monitoring of project implementation, including preparation of the annual plans of operations and detailed budgets for all project activities. • Undertake transect walk and prepare subproject-wise Detailed Project Report (DPR) if required on a particular road, with the assistance of consultant team members and field-level LGED officials. Thereafter, submit these DPRs to the TL for submission to the Project Director, for approval of the ADB; • Ensure the implementation of the EMP; • Assist site supervision of all improvement and upgrading works to ensure that design standards and technical specifications are achieved, including use of appropriate construction methods, on- site quality control, and proper checking and measurement of quantities, and advise on remedial actions as required; • Review of detailed engineering designs and bills of quantities, produced by others, and evaluation of tenders, for civil works;

88 Attachment B

Sl. No. Position Tasks/Responsibilities • Jointly measure and check with LGED office all works presented for payment; jointly approve the quantity and quality of all improvement and upgrading works; • Contribute to the training of LGED district and upazila staff, and contractors in on-site supervision procedures, construction methods and contract management; • Identify any issues related to laboratory testing which should be addressed by the Resident cum Quality Control Engineer; • Monitor if any grievances have been registered by the beneficiaries; • Inform and suggest promptly any relevant information from the field which will improve the implementation of the project; • Report regularly to the PMU and TL/ on progress and performance of civil works, and identify any critical issues which require attention; • Assist with any other duties as may be reasonably assigned by the Project Director. 3. Training Coordinator • Advise and coordinate with relevant experts in the design and implementation of basic training programs and orientation curriculum employing participatory approaches; compile

handbooks and manuals for various courses in line with the project objectives; • Ensure that poverty, social development and gender as well as environmental issues are integrated in formal training programs and courses where related;

• Assist in Training Needs Assessment: (TNA) of the representatives and officials of the various stakeholders, arrange formal training programs at various levels in collaboration with relevant team members; • Coordinate the training of PMU, LGED staff (district and upazila levels) and stakeholders on project implementation procedures, technical, environmental and climate change matters; • Coordinate formal training activities for LGED staff (district and upazila levels) at the relevant venue and ensure implementation and monitoring of the training activities; • Supervise and monitor district- and upazila-level training programs. • Prepare an annual training plan and budget and integrate the same into the overall annual plan of the project; • Prepare training programme, materials or modules; • Collect and compile training related data/information; • Evaluate the effectiveness and assess impact of training programs with gender and environment perspectives; • Assist to prepare the monthly, quarterly, annual, and mid-term training reports as required and the final report at the end of the project; • Assist PMU and TL on all matters related to training activities. 4. Estimator • Assist in preparing the annual district improvement program for civil works;

Attachment B 89

Sl. No. Position Tasks/Responsibilities • Assist in monitoring the progress of individual contracts and in taking remedial measures as required; • Assist in undertaking, guiding, checking and supervising detailed engineering (topographical, detail road condition survey, traffic survey), social, environmental and economic surveys; • Advise on determining contract package appropriate to contractors; • If required, assist in expediting land acquisition/land donation procedures; • Maintain a permanent record of all measurements for the works /quantities to be paid for and payment dates. • Assist the PMU/TL in planning, coordinating and monitoring of project implementation, including preparation of the annual plans of Operations and detailed budgets for all project activities. • Undertake transect walk and prepare subproject-wise Detailed Project Reports (DPRs) if required on a particular road, with the assistance of consultant team members and field level LGED officials. Thereafter, submit these DPRs to the TL for submission to the Project Director, for approval of ADB • Ensure the implementation of the EMP; • Assist site supervision of all improvement works to ensure that design standards and technical specifications are achieved, including use of appropriate construction methods, on-site quality control, and proper checking, and measurement of quantities, and advise on remedial actions as required; • Review and check cost estimate, bills of quantities, produced by others, and evaluation of tenders, for civil works; • Jointly measure and check with LGED office all works presented for payment; jointly approve the quantity and quality of all improvement works; • Contribute to the training of LGED district and upazila staff, and contractors in on-site supervision procedures, construction methods and contract management; • Identify any issues related to laboratory testing which should be addressed by the Resident-cum-Quality Control Engineer; • Monitor if any grievances have been registered by the beneficiaries; • Inform and suggest promptly any relevant information from the field which will improve the implementation of the project; • Report regularly to the PMU and TL/ on progress and performance of civil works, and identify any critical issues which require attention; • Assist with any other duties as may be reasonably assigned by the Project Director. 5. CADD Operator Assist PMU and TL on all matters relating to computer- aided designs and outputs. 6. MIS Manager • Monitor and assist the PMU in using all the apps and softwares which will be used under this project;

90 Attachment B

Sl. No. Position Tasks/Responsibilities • Identify core information needs; • Develop monitoring framework for project outputs and outcome indicators; • Prepare a program monitoring and evaluation system assessment according to the ADB standard format; • Determine appropriate mechanisms/systems for independent verification of DMF indicators; • Seek to determine whether a system is in place for adequately monitoring and evaluating progress on results including DMF indicators; • Assist the Team leader in day-to-day operation of the project. 7. Media Officer • Assist the PMU to manage the public awareness campaign and implement related activities, and prepare printed and audio-visual materials regarding the project and its components; • Prepare publishable reports on different development activities/inputs/outputs/outcome of the project as well as LGED; • Assist PMU and TL on all matters related to media and awareness activities.

K. Counterpart Support

29. All officials under the PMU will be the key government counterpart officials. Aside from the PMU staff, existing staff of LGED at Headquarter, Division, Region, District, and Sub-district levels will also work as counterpart staff.

30. Both the counterpart government officials at PMU and PIUs and regular LGED set-up will provide all kinds of assistance to the consultant team in rendering their services.

31. LGED will provide the consultants with suitable office space only. LGED will provide project data and reports available to the consultant.

32. Office furniture, hardware and software, lighting, electricity including consumption bills, air conditioning, communication and other consumables will be at the cost of the consultant.

33. Any non-consumable items purchased under this consultancy package shall be handed over to LGED after completion of the contract.

34. The Consultant will propose support staff (Accountant, Manager, office maintenance personnel) in its proposal for PMU and PIUs.

Attachment C 91

Attachment C: Outline Terms of Reference for Capacity Development Techncial Assistance for System-Based Road Master Planning A. Background

1. Bangladesh is predominantly rural. About 80% of its population live in rural areas. The rural economy, through farm and non-farm sectors, substantially contributes to the national economy. In this backdrop, majority of the country’s population depend on the rural economy which in turn depends on an improved rural transportation system, especially the land transportation system.

2. Bangladesh has an extensive road network wherein the main and medium road networks constitute national highways, regional highways and the zila roads. A huge rural transportation network connects the rural hinterlands to the national transportation network. However, a good length of the rural roads is still unimproved, but has the highest road density amongst the developing countries in Asia. These roads immensely serve the rural Bangladesh. They provide access to farms, social and welfare institutions, and rural facilities as well as to markets, to modern agriculture inputs, to local places of employment and so on. In the road transportation system of the country, the Local Government Engineering Department (LGED) is responsible for three out of six road categories (upazila road, union road and village road).

Table 1: Categories of Roads in Bangladesh and Responsible Authority Per Road Category

Road Category Definition Responsible authority National Highway Highways connecting National capital with RHD Divisional HQs or seaports or land ports or Asian Highway Regional Highway Highways connecting District HQs or main river or RHD land ports or with each other not connected by National Highways Zila (District) Road Roads connecting District HQs with Upazila HQs or RHD connecting one Upazila HQ to another Upazila HQ by a single main connection with National/ Regional Highway, through shortest distance/route Upazila (Sub-district) Roads connecting Upazila HQs with Growth LGED & LGIs Road Centres or one Growth Centre with another Growth Centre by a single main connection or connecting Growth Centre to Higher Road System, through shortest distance/route Union Road Roads connecting Union HQ/s with Upazila HQs, LGED and LGIs growth centres or local markets or with each other Village Road (Type A Type A: Roads connecting Villages with Union LGED and LGIs and B) HQs, local markets, farms and ghats or with each other Type B: Roads within a Village LGED = Local Government Engineering Department, LGIs = Local Government Institutions, RHD = Roads and Highways Department.

92 Attachment C

3. The categorization of roads as shown in the above table helped LGED to prioritize its investment and connect the growth centers, markets as well as local administrative offices. It has been the primary basis of prioritization of rural roads since 1990s. On this basis of prioritization, over the years and through LGED’s commitment and financial assistance from the government and development partners, Bangladesh has witnessed a rapid growth in setting up paved rural roads.

4. Presently, 80% of the upazila roads, 57% of the union roads, and 16% of the village roads have been paved. Upazila roads were given first priority and union roads were given second priority. Besides this, a good length of village roads has been developed connecting farms, schools, industrial centers and villages. To prioritize among a number of upazila and union roads, foreign-aided projects opted for detailed feasibility studies and calculation of Economic Internal Rate of Return (EIRR). But in case of government-funded projects, selection of roads from a large number of candidate roads is not undertaken through a rational selection process.

5. As the government is spending more resources on rural roads from its own budget, it has become important to develop a rational and easy-to-use prioritization system that would boost further growth of the rural economy. LGED’s past mission with rural road development was to provide rural access. Rural access has resulted in increased agricultural production employment rate, quality education and access to health, and decrease in poverty. Rural roads served as the main catalyst of rural economic growth during the last decade. With the boost in rural economy and the considerable growth in industries, Bangladesh has become a lower middle income country in 2015.

6. At its 7th Five Year Plan (FYP) for 2016–2020, Bangladesh aspires to achieve 8% economic growth by 2020. To support the growth, significant contribution is being expected from the rural areas, from farm and non-farm sectors. In addition, the government is determined to improve the quality of lives of rural people by connecting the villages, markets, educational institutes and health facilities, etc. Therefore, the strategy for rural infrastructure in the 7th FYP comprises the following: • upgrading of rural roads; • gradual Improvement of rural roads; and • development of a smart tool for prioritization.

7. In the 7th FYP, prioritization of roads has been given due importance as improvement of prioritized roads is deemed to create more synergies, working as a catalyst of further growth.

8. To develop a smart tool for prioritization, LGED did a research in collaboration with the Urban and Regional Planning Department (URP Department) of Bangladesh University of Engineering and Technology (BUET).

DFID-financed ReCAP project for Prioritization (pilot research)

9. As the usual practice of prioritization involves extensive data collection and feasibility study, it is time-consuming and involves a huge cost.

10. LGED has been using a road database (Road and Structure Database Management Software-RSDMS) since 1996. The road database contains road and structure development and maintenance data as well as data on social infrastructures along the road.

Attachment C 93

11. Using the experience of RSDMS, LGED was interested to develop a software that would give an easy tool for road prioritization. A team of experts from URP Department-BUET worked on the research. A pilot district “Tangail” was selected for the study. LGED formed a working group to guide the BUET team to ensure that the research output would be useful and effective. The objectives of the research were as follows: • examine existing prioritization methods in Bangladesh and other similar countries and determine whether they provide optimal solutions for rural roads; • develop a prioritization method, software and user manual for Bangladesh and test in a region for gaining full confidence; and • train 15 professionals in the use of the planning and prioritization tool.

12. The outputs of the research were as follows: • a well agreed prioritization methodology; • a developed software; and • training of selected LGED officers to use the software.

13. The steps to get the output of the research were: • road data, traffic data and social infrastructure data collection for each upazila of (new data and updating of RSDMS data); • research for prioritization methodology; • stakeholder workshop at LGED Head Quarters for consensus on the developed methodology; • development of a prioritized network at each upazila of Tangail district (using draft software data and GIS); • stakeholder workshop at each upazila for consensus on the prioritized/core network; • presentation of final software; and • training of selected LGED officers.

14. During the research, a stakeholder workshop was held with participation of parliament members, upazila chairmen, union parisad chairmen and members, and government officers from different offices of the district and upazilas of Tangail. The findings of the stakeholder workshop were used to refine the prioritization methodology. The stakeholders urged to hold a stakeholder workshop at every upazila before finalization of prioritized network of each upazila. Therefore, BUET team revised their methodology and conducted stakeholder workshops at each upazila to involve the public representatives and other stakeholders in the prioritization plan based on the database.

Limitation of the developed software

15. The developed software is not well linked with GIS data. It can produce prioritization score or EIRR of the roads but can not provide visual illustration in maps. The visual illustration in maps along with GIS data (all physical infrastructure features such as markets, schools, etc.) will give more explanation regarding the priority of a road over another. It will eventually develop consensus among the stakeholders (members of parliament, upazila chairmen, union parishad chairmen, public) regarding the master plan. The present database has the following weaknesses: • The physical infrastructure features are not geo-referenced. Therefore, they cannot dynamically be illustrated. • The road alignments are not properly geo-positioned.

94 Attachment C

16. Therefore, at the stage of nationwide upscaling of the prioritization by using the application, it is deemed important to overcome the limitations and include necessary arrangements in the proposed assignment. B. The Objectives of the Assignment

17. The overall objective of this assignment is to develop a participatory approach to developing a comprehensive rural road master plan by using a system-based prioritization application. It will provide upazila-wise prioritized core road network with GIS representation which will be used for gradual upgradation or improvement of rural roads.

18. The specific objectives of the assignment are: • develop a system to utilize the available resources for rural roads effectively so that the improved road network will work for further growth of farm and non-farm economy in rural areas; • develop a system to utilize the available resources for rural roads effectively for sustainability of the developed network; and • develop a system for planned growth and development of villages, unions and upazilas in the country.

19. To achieve the objectives, the steps of the assignment will be: • development of a comprehensive road database (including geo-reference data) for using upazila-wise prioritization road network; • modification of the existing road prioritization system (developed by BUET) into web GIS application aspect; • enhancement of existing app for GPS survey of road and socio-economic infrastructures; • modification of existing RSDMS to collect socio-economic infrastructure information, and integration with developed app; • conduct survey of all roads and socio-economic features using the developed mobile app; • integration of road database with the modified web GIS prioritization application; • preparation of upazila-wise draft prioritization map using a web GIS application for consulting with local stakeholders; • organization of participatory stakeholder workshops for preparing core network of rural roads; and • finalization of upazila-wise core road network and prioritization of different categories of roads.

20. Period of Assignment: The assignment will be for 36 months.

C. Component Management

21. As this is a nationwide assignment, a separate management unit is to be established in GIS Section of LGED under the Superintending Engineer (ICT). Section in charge (GIS) and two Assistant Engineers will be deputed to run the component smoothly. Technical suggestions of Planning Unit and Maintenance Unit of LGED will be taken to implement the component successfully. To execute the entire component, a consultancy service will be procured. The firm will work with direct guidance and supervision of GIS section of LGED. For the development and modification of various apps as well as other sub-components under this assignment, the firm needs to ensure day to day close interaction with GIS section. All deliverables must be accepted

Attachment C 95

with prior approval of GIS section of LGED. The consulting firm will comprise a group of key and non-key professionals. Among the key professionals, IT and GIS professionals have to work physically in GIS Section of LGED. The key professionals are listed as follows:

Name of Individual Number Man- Job Responsibilities Consultants Months

Team Leader 01 18 Work as team leader to provide technical advice, planning and supervisory for the assignment Deputy Team Leader 01 36 Work as project manager to system development, integration coordination of different components and overall management the assignment GIS Programmer 24 Will be responsible for managing the development and operation of dynamic GIS 01 application of road prioritization system Web Programmer 01 12 Upgrade the existing Road and Structure Database Management System GIS Specialist 01 12 Organize and analyze the all geo-referenced surveyed data to input in Web GIS road prioritization System GIS Analyst 06 72 Will work to develop GIS based geo-referenced Prioritized Road Network at each upazila Divisional 08 96 Monitor data collection by enumerators and Coordinator/ surveyors, and hold stakeholder meetings at each Stakeholder upazila Communication Expert Economist/ Master 01 06 Develop financial plan for each Upazila for the Plan Coordinator road improvement. S/he will also coordinate preparation of Master Plan for each upazila Training Coordinator 01 06 Organize and coordinate of all training and workshop

D. Outputs

22. The assignment will provide the following outputs: • an updated road database containing detailed information on each road including traffic data as well as socio-economic information; • an extensive Road Prioritization GIS application that will provide upazila-wise prioritization list of core road network for development or maintenance; and • dynamic GIS map representation of prioritized road network.

96 Attachment C

E. Methodological Steps of the Assignment

Sl. Task Details of Task Manpower/software/ No equipment requirement 01 Modification of - New fields (i.e. unique ID, category - Web Programmer existing RSDMS of socio-economic infrastructures, for collecting distance from road, structural socio-economic condition of the infrastructures etc.) infrastructures will be included to collect data from information and field traffic survey - Integration of RSDMS with road GPS survey app 02 Enhancement of - Development of an online/offline app - By involving a group of existing app for to collect the GPS information of non key professionals GPS survey of roads and socio-economic (System Analyst, Sr. road and socio- infrastructure from field by using Programmer, Web economic mobile devices (smart phone or tab) Application Developer, infrastructures - Establishment of a data server App Developer, system to store the information and Assistant Programmer synchronize the mobile devices etc.) when it will be online 03 Modification of - Analysis of the existing road - By involving a group of web GIS prioritization system non key professional application, - Development of a web-based GIS (System Analyst, Sr. based on existing application on the existing road Programmer, Web road prioritization prioritization system to visualize Application Developer, system (developed country/division/region/district/upazil Web Map Developer, by BUET) and a wise geo-referenced prioritized Assistant Programmer, Integration with road network UI Designer, QA Expert road database - Integration of RSDMS database with etc.) web GIS application - Purchasing ArcGIS Server Enterprise (web application software) 04 Development of a - Training for enumerators & - 250 trainings (each comprehensive surveyors (6410), data entry batch contains 30 database by operators (492) and participants) conducting region/district/upazila staff - Enumerators and surveys at each (14+64+492=570) surveyors (total 195000 upazila - Data collection and data input in man-days or 6500 man- database [Enumerator will perform months); data entry traffic survey (UZR, UNR and Imp. operator (492 man- VR); Surveyors will perform GPS months) survey of all roads and socio- - Divisional coordinator economic infrastructures; and Data (8@12=96 man- entry operator will input the data in months) RSDMS] - Logistic support of - Upazila staff will guide data upazila (492 upazila) collection and data entry - GPS-enabled smart - Validation of data entry by Upazila phone office and District coordinator.

Attachment C 97

Sl. Task Details of Task Manpower/software/ No equipment requirement Divisional coordinator will coordinate the data collection and workshop program. 05 Preparation of - Collected field data will be - GIS programmer (1 no. upazila-wise draft synchronized with road database for 24 months) and GIS prioritization map and web GIS application Analyst (6 nos. for 12 by using - Prioritized draft map will be prepared months) developed web for each Upazila based on road GIS prioritization prioritization system system for - Upazila wise prioritized map will be consulting with printed for stakeholder consultation local stakeholder 06 Organize - Discussion with local stakeholders in -Workshops (492 Upazila, participatory participatory approach with the 64 Districts, 14 Regions, 2 stakeholder printed map to fix up core rural road Dhaka= total 572) workshop for network for each Upazila preparing core network of rural road 07 Finalization of - Modification of upazila-wise core - Economist/ Financial development of road network based on participatory Analyst / Master Plan rural core road workshop feedback Coordinator (1 no. for 6 network - GIS visualization of settled core rural months) road network with web GIS road - Printing the book prioritization application - Preparation of book on upazila-wise rural core road network based on the output of road prioritization application GIS = geographic information system, RSDMS = Road and Structure Database Management Software, UNR = union road, UZR = upazila road, VR = village road.

F. Work Distribution and Team Composition

Sl. Position Person- Qualification No. Months

1. Team Leader 18 At least with a master’s degree in computer science or equivalent degree with at least 15 years’ professional hands-on technical experience in IT field, of which at least 8 years in lead position with evidences, particularly on major IT/ICT/GIS application development, implementation and integration of various medium and large projects that are successfully commissioned and running locally and/or abroad. S/he will provide technical advice, planning and supervisory input and team leadership for the entire project period.

98 Attachment C

Sl. Position Person- Qualification No. Months

2. Deputy Team Leader (1 no.) 36 At least with a master’s degree in computer science or equivalent with minimum 12 years’ experience working in IT or Project management field. He/she shall have at least 8 years project management experience, particularly in major business computerization assignments and IT/ICT/GIS development and system integration projects. Extensive experience in providing project management support to large organizations in the planning and implementation of modern IT and ICT architecture, facilities, systems and resources, preferably also in public sector contexts.

3. Divisional Data Coordinator 96 Minimum master’s degree preferably in science or (8 nos.) management. He/she shall have at least 12 years of overall experience, with 8 years’ relevant experience in data management/coordination field. He/she will monitor data collection by enumerators, and organize stakeholder meetings at each Upazila.

4. GIS Programmer (1 no.) 24 At least a bachelor’s degree in computer science, specializing in programing, with certificates of technical and practical competence from recognized institutions. The GIS Programmer shall have at least 10 years’ overall experience, with 6 years relevant experience in web GIS application. He/she shall have the ability to perform web GIS application development using programming languages such as JavaScript, HTML5, CSS, AJAX, Python or .NET for the Esri ArcGIS platform.

5. GIS Specialist (1 no.) 12 Minimum master’s degree in science preferably in GIS, systems programming, with certificates of technical and practical competence from reputable organizations. The GIS Specialist will have more than 10 years’ overall experience, with 8 years’ relevant experience to analyze spatial and non- spatial information on GIS environment.

6. GIS Analyst (6 nos.) 72 At least a bachelor’s degree in science preferably in GIS or , with certificates of technical and practical GIS competence from reputable organizations. He/she will have at least 8 years’ overall experience, out of which 6 years in GIS software expertise, data collection, geospatial analyses, production of maps and cartographic display.

7. Web Programmer (1 no.) 12 Minimum bachelor’s degree in computer science or equivalent. Proposed personnel should have at least 10 years’ working experience in IT field with minimum 6 years’ experience in web application field.

Attachment C 99

Sl. Position Person- Qualification No. Months

8. Economist/ Financial Analyst 6 Minimum master’s degree in economics/finance or (1 no.) equivalent with at least 12 years’ overall experience, of which 6 years are in the field of economics or financial analyses. He/she will prepare prioritized road development plan for each upazila.

9. Training Coordinator (1 no.) 6 Minimum master’s degree in science or equivalent with at least 12 years’ overall experience, of which 6 years are in a relevant field. He/she will coordinate to organize training for the enumerators.

100 Attachment D

Attachment D: Outline Terms of Reference for Transaction Technical Assistance (TA) Consultant A. Objective

1. The main objective of the consulting services is to support LGED in improving sector management performance by implementing institutional development initiatives in the fields which need to be supplemented with international expertise. The TA will focus on:

(i) Road asset management (including performance-based maintenance) (ii) Road Safety (iii) Climate resilient design and construction.

B. Scope of Services

2. The consultants will undertake the services in close consultation with the Project Director RCIP. They will conduct training and workshops as required. Organizing and conducting study cum training tours to neighboring countries for exposure to concerned engineers and officials regarding practices being followed for asset management and road safety. Sector-wide consultations will be conducted to disseminate the concepts of the sector development initiative.

3. For a long-term framework, splitting the functions of road development policy and programming from project implementation is often effective. This will ensure efficient decision making for project implementation and help build up expertise in outsourcing of specialized tasks.

4. The consultant will be expected to undertake the following tasks:

(i) recommend an appropriate institutional structure for managing road asset management including performance-based maintenance, road safety for the overall rural road network and climate resilient design and construction; (ii) recommend appropriate management structures for managing each layer of the rural road network for road asset management, road safety and climate resilient design and construction; (iii) provide training to LGED staff at various levels to incorporate road asset management and safety and effects of climate change; (iv) organize and conduct study cum training tours to neighboring countries for exposure to concerned engineers and officials regarding practices being followed for asset management and road safety and incorporation of the same in the country specific systems; (v) develop knowledge products; and (vi) partner with centers of excellence in climate resilience infrastructure in general and road development in particular.

1. Institutional Framework

5. The main task of the consultants is to seek agreement from various levels of rural road functionaries involved on how rural roads are to be administered for road asset management, road safety and climate-resilient design and construction. They will be expected to examine the

Attachment D 101

good practices being followed in other countries1 and feasibility of the lessons learned being adopted for effective rural road management.

6. Implementation Arrangements. As per the implementation arrangements agreed for the RCIP, there will be 5 Divisions to provide close technical support and supervision on (i) planning, preparation, implementation, and quality management of physical works, and (ii) compliance with ADB’s safeguard requirements in 34 project districts. Accordingly, the Consultants will work closely with the 5 Divisions and address, develop and train LGED staff on (i) road asset management to include the performance based maintenance of pavement, laying down priorities for the roads to be maintained and the funds required thereof on annual basis after completion of construction or completion of 5 years maintenance period for the pilot packages pertaining to RCIP 1 (ii) applying the road safety measures at the time of planning, construction and maintenance, and in conducting road safety audits, (iii) climate-resilient design and construction. One of the key outputs is the development of “re-entry” plans detailing how lessons from the capacity building will be adopted in LGED operations. District-specific plans will be prepared and presented to LGED management for possible implementation and funding.

2. Management Structures

7. The institutional analysis should determine how each part of the rural road network is to be managed. The task is to recommend appropriate organization and management structures for LGED for the purpose of road asset management, road safety issues and measures to ensure zero percentage in road accidents attributable to the road as such and extra measures to mitigate the climate change affects where applicable.

8. The consultants will be expected to undertake the following tasks:

(i) The consultants will recommend an appropriate organization and management structure for LGED to incorporate (a) an ongoing rural road asset management system and prepare a manual for the same, (b) road safety measures, and (c) requirements for climate resilient design and construction; (ii) The consultants will establish manuals to include inspection reports for maintenance, annual maintenance audit report, do’s and don’ts for maintenance of pavements especially pertaining to shoulders and drainage. They will introduce internationally proven systems for road safety. (iii) The consultants will provide ADB with progress reports on the institutional strengthening action plan, including achievements, problems, and policy recommendations. They will prepare specific reports in accordance with the terms of reference. Upon completion of their services, the consultants will prepare a draft final report covering all tasks and a final report 30 days after the tripartite review meeting with LGED, ADB, and the consultants. (iv) The consultants, in consultation with LGED, will prepare and conduct a training program including organizing a study tour to neighboring countries in the areas specified in their terms of reference, including selection criteria for candidates, training objectives, and cost estimates.

1 The rural roads in India are administered by the Ministry of Rural Development (MoRD) through National Rural Roads Agency (NRRDA) as the EA and State Rural Road Agency (SRRDA) at the State level as the IA.

102 Attachment D

C. Composition of Team and General Qualifications of Key Personnel

1. Team Leader Cum Road Asset Management Specialist (international) 1 Educational Qualification Graduate in Civil Engineering from a recognized university/institution 2 Experience a) Total professional Experience Minimum 20 years b) Experience in Road projects Minimum 15 years in maintenance of road including performance-based pavement maintenance. c) Experience in similar capacity Coordinating the tasks of other consultants and submitting consolidated reports. Rural Roads planning and designing preferably for externally aided projects such as WB / ADB / USAID, etc.

2. Road Safety Expert (international) 1 Education Qualification Minimum Graduate in Civil Engineering 2 Experience a) Total professional Experience Minimum 10 years b) Experience in Highway projects Minimum 7 years of experience in pavement design/construction and at least 1 year experience in road safety. c) Experience in Similar capacity Rural Roads planning and designing preferably for externally aided projects such as WB, ADB, USAID etc.

3. Climate Resilient Design and Construction Specialist (international) 1 Education Qualification Minimum Graduate Engineer with specialization in Environmental Engineering / MSc in Environmental Science 2 Essential Experience a) Total professional Experience Minimum 5 years’ experience in either assessing, reviewing, and designing climate resilient roads with direct participation on any multilateral or international assisted climate resilience and transport project in Bangladesh b) Experience in Similar capacity Environmental specialist in at least one road project preferably externally aided projects such as WB, ADB, USAID etc.

Attachment D 103

D. Staffing in Person-Months

No. Position/Source Person – Months 1 Team Leader Cum Road asset management Specialist (international) 9 2 Road Safety Specialist (international) 4 Climate Resilient Design and Construction Specialist 4 3 (international) Road Asset Management Engineer 9 4* (national) 5* Road Safety Engineer (national) 4 6* Environment (Climate Change) Specialist (national) 4 Total Person – Months 34 Note: National engineers and environment specialist will be understudy to the respective International consultants as part of transfer of skills.

104 Attachment F

Attachment E: Gender Action Plan Reporting Template (Quarter/Year)

Project Title: Country: Project No: Type of Project: Loan Approval and Timeline: Gender Category: EGM Mission Leader: Project Impact: Project Outcome:

GENDER ACTION PLAN PROGRESS STATUS

Activity/Measures, Indicators/Targets and Progress to Date Issues and Challenges Responsibility(Timing) (This should include information on period of actual implementation, (Please include reasons why as activity was sex-disaggregated qualitative and quantitative updates (e.g. not fully implemented, of if target fall short, number of participating women, women beneficiaries of services, or reasons for delay, etc.) etc.) Component/Output 1:

Activity: Indicator/Target: Responsibility:

Component/Output 2: Activity: Indicator/Target: Responsibility: Component/Output 3: Activity: Indicator/Target: Responsibility:

Attachment F 105

Attachment F: Road List for Rural Connectivity Improvement Project Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 1 2 3 4 5 6 7 8 1 Gopalganj Maksudpur Tengrakhola-Jalirpar G.C Road 335582001 9.000 95,376,413.31 1.15 2 Gopalganj Kasiani Tilchara-Orakandi Road 335432014 3.000 41,812,663.67 0.50 3 Gopalganj Sadar Boultali GC - Nizra UPC Road 335323011 6.153 85,317,376.50 1.03 4 Gopalganj Tungipara Bashabaria GC-Jhanjhania-Ghagor GC Road. 335912004 9.935 97,806,108.69 1.18 5 Gopalganj Kotalipara Kadambari-Kaligonj-Gandiasur GC Road 335512007 6.256 60,956,024.59 0.73 6 Gopalganj Gopalgonj-S Kajulia UPC - Domrasur Hat Road. 335323007 9.800 125,965,286.49 1.52 7 Gopalganj Gopalgonj-S Gohala Hat (RHD)- Nizamkandi UPC Road (Sadar 335323017 2.590 41,639,907.76 0.50 Portion) Sub Total for Package 1 46.734 548,873,781.01 6.61 Sub Total for District 46.734 548,873,781.007 6.61 Chandpur GC- KalinagarG C Road via chittar bazar& 8 Faridpur Boalmary 329182002 9.868 72,197,269.82 0.87 Dadpur UP. , Moyendia Bazar up to Vatiapara-MaouaR& Kanaipur R&H to chandpur GC vai koshagopalpur road. 9 Faridpur Sadar 329472003 2.250 18,526,242.41 0.22 (sadar part) 10 Faridpur Bhanga Maligram (R&H) - Kalamirdha GC Road 329102001 9.538 91,799,964.15 1.11 Krishnapur GC-Sadarpur HQ-Piazkhali GC-Dhewkhali- 11 Faridpur Sadarpur 329842002 13.770 121,643,204.00 1.47 Baliahati GC-Kawlibera-Tarail road(Sadarpur part) Boalmari GC - Nagarkanda GC via GC via Moyendia 12 Faridpur Boalmary 329182001 6.970 53,093,926.09 0.64 bazar 13 Faridpur Faridpur-S Bakunda R&H to Kanaipur GC via Tambulkhana Road. 329472014 9.025 76,174,276.01 0.92 Madhukhali RHD -Nimtola GC Road Starting from 14 Faridpur Madhukhali 329562002 8.100 79,387,715.34 0.96 Madhu. Bus Stand. Sub Total for District 59.521 512,822,597.80 6.18 15 Madaripur Rajoir Paikpara UP-Fultala hat-Dhamarchar Rd. 354803006 9.290 70,607,233.17 0.85 16 Madaripur Rajoir Takerhat GC-Sreenadi GC-Charmuguria-Khagdi RHD 354802011 8.136 86,957,724.50 1.05 road 17 Madaripur Rajoir Improvement of H/Q - Sreenadi GC 354802005 9.290 178,559,013.38 2.15 18 Madaripur Rajoir Improvement of Sagolchira R&H - Paikpara Union Road 354803011 6.280 65,675,833.17 0.79 19 Madaripur Rajoir Takerhat GC - Kadambari GC 354802001 12.650 135,044,086.07 1.63 20 Madaripur Rajoir Takerhat GC - Kabirajpur GC via Hossainpur UP 354802002 15.220 186,694,449.52 2.25 21 Madaripur Rajoir Sanerpar R&H - Amgram GC road 354802003 3.380 43,705,101.28 0.53 Sub Total for Package 1 64.246 767,243,441.099 9.24 Sub Total for District 64.246 767,243,441.099 9.24 22 Shariatpur Sadar Angaria GC - Chandrapur GC via Binodpur UP Road. 386692001 10.100 72,562,320.73 0.87

106 Attachment F

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 23 Shariatpur Sadar Chandrapur GC - Kazirtek R&H Road. 386692004 4.400 42,329,035.50 0.51 24 Shariatpur Bhedarganj Shakhinpur UP-Gowranga Bazar (Dularchar) 386143006 4.820 63,779,151.68 0.77 Kalikhola Bazar RHD-Rudrokar RHD via Nagerpara GC, 25 Shariatpur Goshairhat 386362001 8.400 83,124,209.28 1.00 Munshirhat Road. 26 Shariatpur Damuddya Subachani-Nagerpara Raod. 386252003 5.695 60,826,711.97 0.73 27 Shariatpur Bhedarganj Charbhaga UP-Gowranga bazar road. 386143016 4.650 60,135,420.43 0.72 28 Shariatpur Bhedarganj Shakhi GC - Mredhakandi RHD Road. 386142007 4.600 64,394,780.55 0.78 Balar bazar (Rudrakar)-Subhochani-Moderhat- 29 Shariatpur Shariatpur-S 386692005 5.290 43,386,886.98 0.52 Negerpara rd. Sub Total for District 47.955 490,538,517.11 5.91 30 Rajbari Rajbari-S Belgachi G.C-Gandimara R&H Road 382762001 1.220 13,824,559.72 0.17 31 Rajbari Rajbari-S Khankhanapur GC-Falur Dokan R&H via Grils School 382762010 3.152 20,656,502.01 0.25 32 Rajbari Rajbari-S Alipur UP-Bagmara Hat via Matipara 382763021 7.645 60,941,409.18 0.73 33 Rajbari Rajbari-S Felur Dokan R&H-Kutirhat GC 382762006 3.883 46,834,170.75 0.56 34 Rajbari Rajbari-S Kolahat GC-Jamalpur GC 382762003 3.315 41,206,326.74 0.50 35 Rajbari Rajbari-S Kamaldia R&H-Panchuria UP via Alipur hat 382763010 5.251 52,216,197.46 0.63 Sub Total for Package 1 24.466 235,679,165.869 2.84 Sub Total for District 24.466 235,679,165.869 2.84 Kadoir bazar(Suvapur UPC) -Banggodda GC Road via 36 Cumilla Chouddagram 419313022 5.086 47,084,127.68 0.57 Unkot, Kayerdhari. Batisha NHW - Tarashail Bazar(Lal Msq) Road via 37 Cumilla Chouddagram 419313007 5.080 51,034,111.88 0.61 Batisha Up,Debipur. Baragabindapur-Etbarpur UPC Rd. via Moddhatala, 38 Cumilla Chandina 419273020 1.030 15,843,223.56 0.19 Sitalpur 39 Cumilla Barura Barura GC -Modaforganj RHD Road 419092013 9.314 103,953,665.37 1.25

40 Cumilla Barura Paranpur Bazar[ R&H]-Payelgacha UP office Road 419093004 7.687 42,621,231.93 0.51 Laksam H/Q - Natherpetua RHD via Munshirhat GC 41 Cumilla Monohorgonj 419902009 5.342 86,773,659.07 1.05 Road.(Monohargonj Portion) Adra UP-Manikmura Bazar Road via Volainbazar & 42 Cumilla Nangalkot 419873008 5.475 42,682,965.42 0.51 Ghoramaidan Laksam Upazilla HQ-Chitoshi RHD(Moulana bazar) via 43 Cumilla Laksham 419722005 5.000 49,881,290.52 0.60 Sreeyang Rd. Sub Total for Package 1 44.014 439,874,275.428 5.30 Sub Total for District 44.014 439,874,275.43 5.30 44 Chandpur Faridganj Faridganj GC-Rupsha GC Road. 413452001 5.740 73,923,183.23 0.89 45 Chandpur Haimchor UP Office to Upazilla Head Quarter 413473011 3.383 55,573,183.44 0.67

Attachment F 107

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) Pashim subidpur UP to Basara Bazar Road. Via Munshir 46 Chandpur Faridganj 413453035 4.601 60,321,442.64 0.73 Hat Bazar Cheangatali GC (Dadasgram up)-Dhadda-Khalpar bazar 47 Chandpur Hazigonj 413493015 7.620 93,737,601.85 1.13 Road via Shaheb bazar & Pirojpur Bazar Kachua North UP (Tetuya)-Loskari-Boxagonj bazar road 48 Chandpur Kachua 413583023 6.600 98,405,859.80 1.19 via Duati 49 Chandpur Matlab South Dakshin Nayergaon UP-Ashinpur-Aliara Road 413963003 6.273 58,886,796.01 0.71 Chioshi (E) UP Office-Kharihor Bazar road via Kadra 50 Chandpur Shahrasti 413953010 5.922 74,717,963.95 0.90 bazar Sub Total for District 40.139 515,566,030.91 6.21

51 B. Baria Kasba Sayedabad-Kasba-Nayonpur-Mondabagh Road 412632001 18.280 152,309,793.54 1.84 Bancharampur GC-Jibonganj GC Road via Sonarampur 52 B. Baria Bancharampur 412042001 22.403 42,015,910.23 0.51 Bazar 53 B. Baria Bijoynagar Chandura R&H-Nurpur GC Road 412152001 10.160 129,561,437.74 1.56

54 B. Baria Bijoynagar Nurpur GC-Singerbeel hat Road 412152002 7.360 64,479,936.09 0.78

55 B. Baria Nabinagar Bitghar Hat to B.Baria R&H road via Kurighar Hat 412852006 12.250 295,743,195.18 3.56

Sub Total for District 70.453 684,110,272.78 8.24 Kalurghat-Charandwip-Bhandaljuri-Saraf Bhata- 56 Chattogram Boalkhali 415122005 6.800 97,835,290.78 1.18 Gudamghar Road (From RHD #126) Upazila Health complex-Peskar hat via Chatari UP 57 Chattogram Anwara 415043005 5.000 56,590,089.95 0.68 Office(Chandpur D.C.Road). Bairag UPC-CUFL Rd-Parki Bazar via Parki sea Beach 58 Chattogram Anwara 415043015 5.500 40,136,487.96 0.48 Road. 59 Chattogram Lohagara Adhunagar Khan hat GC to Chunati Hajee Para & RHD 415473008 3.220 57,494,041.85 0.69 Arabsha Bazar GC - Ishwar Babur Hat GC Road Via 60 Chattogram Banshkhali 415082009 4.100 78,975,585.90 0.95 Bashirullah Miazi hatChonua,Gandamara,Saral,

61 Chattogram Chandanish Dewanhat-Bailtali-Barma Damirhat G.C-Patiya Road. 415182002 16.200 135,330,830.74 1.63 Charlaikhya UP - Dangerchar (Akter Tower House) 62 Chattogram Patia 415613007 5.250 60,586,574.04 0.73 Road. Sub Total for Package 1 46.070 526,948,901.22 6.35

Sub Total for District 46.070 526,948,901.22 6.35 Pekua to Arabshah Bazar via Rajakhali Sabuj Bazar 63 Coxsbazar Pekua 422952002 8.552 118,253,527.43 1.42 Road (From RHD #148) 64 Coxsbazar Moheskhali Matarbari-Dhalghat Road Via Mogdail Bazar 422493002 4.600 123,349,347.40 1.49 65 Coxsbazar Moheskhali Gorakghata-Ghatibanga Sonadia road. 422493003 4.500 152,995,836.57 1.84 66 Coxsbazar Chakaria Harbung Baraitali Road. 422163001 6.150 91,693,410.56 1.10

108 Attachment F

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 67 Coxsbazar Ramu Chainda - Rajarkul Road. 422663004 7.850 35,165,871.43 0.42 68 Coxsbazar Ramu Chakmarkul - Montergoda Road. (PM Khali) Road. 422663002 6.302 64,538,517.64 0.78 Sub Total for District 37.954 585,996,511.02 7.06 69 Noakhali Senbag SomirmunshirhatG C- Kutuberhat G C Road 475802001 9.000 100,107,875.65 1.21 Somir Munshirhat GC - RHD (Kesharpar UP) via 70 Noakhali Senbag 475802010 6.442 55,228,080.86 0.67 Chilonia bazar Road Kachihata-Thanar hat Road (Paloan pol RHW- 71 Noakhali Sonaimuri 475882006 14.214 134,378,044.36 1.62 Amannullapur UP-Eadgha Amin bazar-Amishapara UP) 72 Noakhali Sonaimuri Dirirjan Bazar -Ambarnogar UP Road. 475883018 5.450 52,498,192.47 0.63

73 Noakhali Senbag Senbag-Arjuntala UP Office (Chilonia Bazar). 475803007 4.810 51,039,848.35 0.61 Chowhomoni Bazar RHD - Char Changa GC via Majidi 74 Noakhali Hatiya 475362005 8.600 124,674,038.16 1.50 Bazar Road 75 Noakhali Begumgonj Banglabazar-Rajgong Road 475072004 7.245 74,536,501.79 0.90 Sub Total for District 55.761 592,462,581.64 7.14 76 Laxmipur Ramgonj Ramgonj Nagerdighir hat via Harischar Bazar 451652011 5.676 42,447,552.91 0.51 Bhobanigon GC- Refuje Market-Megna Bazar- 77 Laxmipur Sadar 451432006 9.000 50,549,168.54 0.61 Chakbazar-Munshirhat Road 78 Laxmipur Raipur Raipur-Panpara Road 451582002 5.889 109,638,187.39 1.32

79 Laxmipur Komol Nagar Lawrancekasher hat-Ander char Road 451743007 5.000 21,417,247.06 0.26 Torabgonj GC - Shantirhat - Hajiganj - Bander hat - 80 Laxmipur Ramgati 451732007 12.000 104,385,324.12 1.26 Chowdhurirhat - Ramgati Bazar Raod Sub Total for District 37.565 328,437,480.03 3.96 Parashuram-Kalir bazar-Danikunda bazar-Saldhar 81 Feni Parashuram 430513008 8.682 65,257,287.40 0.79 bazar-Malipathar-Nilaxi-Fulgazi Road.(Parashuram- Bakter Munshi -Kuthir hat -Fazilerghat-Dagoanbhuyan 82 Feni Sonagazi 430942003 10.415 88,869,261.95 1.07 Road (Dagoanbhuyan-Fazilerghat-Bakthermunshi) Road Motigonj UP -Dasherhat -ChardarbeshUP- 83 Feni Sonagazi 430943002 8.815 77,199,505.87 0.93 Karamotiabazar-Kazir hat Rd 84 Feni Dagonbhuiyan Dagonbhuiyan-Chowdhury Hat Road 430252004 4.020 43,020,316.25 0.52 Sub Total for District 31.932 274,346,371.48 3.31 85 Jashore Monirampur Monirampur-Nehalpur-Kapalia road 241612003 20.063 332,261,551.48 4.00 86 Jashore Monirampur Monirampur-Mukterpur road 241612008 18.445 294,611,546.21 3.55 87 Jashore Monirampur Monirampur GC - Bakra GC via Rajgonj GC Road 241612001 8.691 151,593,592.78 1.83 Sub Total for Package 1 47.199 778,466,690.47 9.38 88 Jashore Chowgacha Chowgacha (Damodar Battala)-Bidhadharpur Road. 241112009 8.760 43,721,143.50 0.53 Purapara GC-Moheshpur Pucca road-Bidhadharpur 89 Jashore Chowgacha 241112011 7.530 49,358,314.44 0.59 bazar Road.

Attachment F 109

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 90 Jashore Chowgacha Narayanpur UP Office - Bondelitola Bazar Road. 241113018 4.400 30,146,544.69 0.36 Jashore -Potengali-Kayemkhola GC Road (Jashore - 91 Jashore Sadar 241472002 14.380 205,638,386.79 2.48 Sadar) Bangdah GC- Kayemkhola GC via Chutipur Bazar, 92 Jashore Jhikorgacha 241232010 12.400 246,239,764.14 2.97 Mohammadpur Bazar. Sub Total for Package 2 47.470 575,104,153.56 6.93 Sub Total for District 94.669 1,353,570,844.03 16.31 93 Kushtia Kushtia-S Bittipara Hat R&H-Jamjami G.C via Jhowdia Hat road. 250792005 17.050 138,728,771.78 1.67 Bheramara-Kuchimora GC-Juniadah GC-Allardarga GC 94 Kushtia Bheramara 250152001 14.100 120,114,874.58 1.45 (R&H) Rd. Taragunia G C-Bairagirchar-Moricha UP-Allardargha GC 95 Kushtia Daulatpur 250392009 13.230 174,643,921.21 2.10 Road Kushtia-Rajbari RHD(Lahini) to Katlagari GC Via 96 Kushtia Kumarkhali 250712007 15.600 75,004,273.69 0.90 Jaduboyra, Sandiara Bazar Road Kushtia Rajbaria RHD-Panti GC via Jaduboyra- 97 Kushtia Khoksha 250632006 8.410 84,781,389.30 1.02 Shandiara bazar Road (Khoksa Portion) 98 Kushtia Khoksha Khoksa Somaspur-Sengram Kalitola GC pansha roa 250632001 10.445 110,313,599.31 1.33 Sub Total for District 78.835 703,586,829.86 8.48 Kotchandpur GC - Chowgacha GC Road (Kotchandpur 99 Jhenaidah Kotchandpur 244422003 4.700 51,900,086.59 0.63 Part). 100 Jhenaidah Moheshpur Moheshpur-Bagadanga road 244712007 12.255 162,186,115.25 1.95 101 Jhenaidah Kaliganj Kaligonj UZ H/Q-Kola GC 244332008 9.300 73,554,782.33 0.89 102 Jhenaidah Kaligonj Baro Bazar GC-Hakimpur GC Road 244332001 6.630 73,347,533.69 0.88 103 Jhenaidah Jhenaidah-S Naldanga UP HQ-Tetultala bazar Road 244193038 6.150 53,498,167.23 0.64 104 Jhenaidah Moheshpur Moheshpur H/Q-Hashadha GC (Moheshpur Portion) 244712003 5.230 62,142,787.41 0.75 Natima UP office (Uzzalpur)-Bhabnagor bazar via 105 Jhenaidah Moheshpur 244713001 5.850 58,053,157.29 0.70 ShamKur UP office 106 Jhenaidah Moheshpur Basbaria UP Office-Vasanpota bazar via Sreepur 244713010 4.660 45,255,892.57 0.55 S.B.K UP office (Khalispur)-Krischandapur bazar via 107 Jhenaidah Moheshpur 244713015 5.900 47,196,390.51 0.57 Purandarpur 108 Jhenaidah Harinakunda Harinakunda to HQ to Jhaudia GC (Harikunda portion) 244142005 4.400 39,216,140.64 0.47 Sub Total for District 65.075 666,351,053.50 8.03 109 Chuadanga Sadar Sarajgonj G.C-Hizolgari G.C 218232001 13.770 126,431,729.50 1.52 110 Chuadanga Sadar Hizolgari G.C-Uthali R&H (Sadar Portion) 218232007 7.950 72,772,781.51 0.88 111 Chuadanga Jibannagar Uthali R&H-Hizalgari GC. 218552004 2.180 24,621,161.39 0.30 112 Chuadanga Jibannagar Andulbaria UP-Grishnagar Bazar Road(Jibonnagar Part) 218553010 2.900 30,364,458.48 0.37 113 Chuadanga Jibannagar Sontospur R&H - Andulbaria GC - Hashada R&H 218552001 19.104 210,161,780.82 2.53

110 Attachment F

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 114 Chuadanga Jibannagar Jibannagar R&H- Changkhali Border Road. 218552011 6.865 61,602,628.41 0.74 115 Chuadanga Jibannagar Daulatgonj GC-Akundabaria R&H. 218552005 12.450 72,123,289.21 0.87 Sub Total for Package 1 65.219 598,077,829.32 7.21 Sub Total for District 65.219 598,077,829.32 7.21 116 Magura Salikha Singra-Semakhali road. 255852001 11.430 150,306,049.66 1.81 117 Magura Mohammadpur Dohail - Nohata Road 255662001 11.200 93,706,906.26 1.13 Bethulia Bazar (Kalukhandi More) to Babukahli UP via 118 Magura Mohammadpur 255663014 5.020 28,568,075.86 0.34 Dumurshia Bazar Rd. 119 Magura Magura-S Berail Polita Gc- Bunagati GC via Nalia Ghat 255572004 5.600 72,436,396.50 0.87 120 Magura Magura-S Bogia U.P - Ramnagar bazar via Pukuria, Boroi bazar 255573009 7.462 58,446,878.29 0.70 Rd 121 Magura Salikha Semakhali GC - Hazrahati R&H Road 255852005 7.500 85,990,588.99 1.04 122 Magura Salikha Hazrahati RHD - Bunagati GC Road. 255852013 5.626 65,376,435.27 0.79 Sub Total for District 53.838 554,831,330.83 6.68 123 Meherpur Gangni Bamonudi GC- Karomdi GC Road 257472003 6.450 77,928,085.60 0.94 124 Meherpur Sadar Baradi GC-Gangni HQ Road(Sadar part) 257872005 2.900 35,594,714.62 0.43 125 Meherpur Mujibnagar Bollovepur RHD -Anandabash GC Road 257882003 3.731 21,969,833.61 0.26 Sub Total for District 13.081 135,492,633.84 1.63 126 Narail Kalia Kalia Public Library-Boradia College More Road 265282002 11.220 100,577,732.22 1.21 127 Narail Kalia Kalia Baroipara RHD - Mazirgati GC Road 265282012 7.500 64,534,651.61 0.78 128 Narail Narail-S Tularampur-Shaikhati Road 265762003 9.892 55,605,178.38 0.67 129 Narail Narail-S Singasolpur-Chakoi via Rukhali Road 265763007 4.742 39,214,713.87 0.47 130 Narail Narail-S Sahabad UP (Alukdia)-Malidanga Minabazar Road 265763011 2.330 20,515,257.47 0.25 131 Narail Lohagara Lohagara-Radhanagar Via Itna 265522003 10.070 69,811,237.00 0.84 132 Narail Lohagara Naldi UP-Lahuria Rd. 265523006 4.745 27,825,070.96 0.34 Sub Total for District 50.499 378,083,841.50 4.56 133 Rajshahi Godagari Godagari to Kakonhat (Starting from Sadurmore) 181342001 13.850 86,018,034.82 1.04 Baliaghata Bazar RHD more to Mundumala GC via Jota 134 Rajshahi Godagari 181342008 20.500 111,581,998.61 1.34 Bottola, Hatgobindapur (258m over lapping with RHD) Railbazar - Amnura road via Mowlanar gate, Dhuly 135 Rajshahi Godagari 181342009 19.500 157,852,339.69 1.90 shanko, Ratahary (Godagari part end at Khaira) Basudebpur Sluice Gate-Dariapur ending at Nawabgonj 136 Rajshahi Godagari 181343006 6.760 33,913,184.65 0.41 Border 137 Rajshahi Godagari Pakri UP-Jotgopal 181343018 3.370 32,807,812.87 0.40 138 Rajshahi Godagari Godagari UP-Nabinagar Bazar Road 181343021 4.900 43,118,987.92 0.52

Attachment F 111

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) Sub Total for Package 1 68.880 465,292,358.55 5.61 139 Rajshahi Durgapur Amgachhi GC-Katakhali R&H via Kuhar Rd. 181312006 3.000 35,330,796.02 0.43 140 Rajshahi Durgapur Durgapur-Belghoria. 181312001 8.780 84,759,360.02 1.02 141 Rajshahi Durgapur Shingahat GC-Amgachi Hat GC 181312003 6.250 78,522,097.30 0.95 Holidagachi National high way - Rajshahi University via 142 Rajshahi Charghat 181252010 8.220 67,949,496.73 0.82 Belghoria. Charghat (Upazila HQ) - Arani GC (Rustompur) via 143 Rajshahi Charghat 181252003 9.860 71,613,163.37 0.86 Paglapara more. 144 Rajshahi Puthia Puthia-Baneswar GC 181822007 11.470 99,410,716.47 1.20 145 Rajshahi Bagha Bolihar Eidgah (R&H) - Digha GC via Tetulia hat. 181102010 7.596 26,627,822.65 0.32 146 Rajshahi Bagha Chandipur-Arani Rly. station via Bausa UP Office. 181103001 11.898 87,525,432.51 1.05 Sub Total for Package 2 67.074 551,738,885.07 6.65 Sub Total 135.954 1,017,031,243.62 12.25 147 Naogaon Mohadevpur Mohadevpur-Matazeehat GCM. 164502001 3.000 44,942,443.41 0.54 148 Naogaon Patnitala Modhuil GC- Shibpur GC Rd. 164752003 8.530 66,349,225.27 0.80 149 Naogaon Mohadevpur Chatra -Mohadebpur (Konjobon). 164502002 13.532 147,535,013.36 1.78 Moshibathan GC - Sultanpur Bazar-Patnitola GC (Part 150 Naogaon Mohadevpur 164502018 7.360 95,523,268.31 1.15 Mohadevpur) Sub Total for Package 1 32.422 354,349,950.353 4.27 Sub Total 32.422 354,349,950.35 4.27 151 C.Nawabganj Gomostapur Akkelpur GC - Shibpur GC via Digha Road. 170372001 9.020 94,606,684.50 1.14 152 C.Nawabganj Nachole Sonaichandi-Rohanpur GC (Nachole Portion) 170562007 3.700 32,681,620.87 0.39 153 C.Nawabganj Nachole Sonaichandi-Dhansura More 170562005 2.758 23,173,470.45 0.28 154 C.Nawabganj Sadar Islampur UP Office to Shahajanpur UP office Road. 170663025 2.090 49,910,526.53 0.60 Sub Total 17.568 200,372,302.35 2.41 155 Natore Bagatipara Bagatipara Upazila H/Q-Tebaria GC Road (Bagatipara 169092003 5.600 55,774,419.11 0.67 part) Jamnagor UP HQ-Jhalmolia Bazar viaVhitorbhag 156 Natore Bagatipara 169093018 2.565 28,051,759.02 0.34 (Bagatipara part) 157 Natore Bagatipara Madhabbari Hat-Soilkona UP 169093013 3.765 37,995,068.31 0.46 Khajurtola RHD- Shamaspara GC Road via Dakmondop 158 Natore Singra 169912013 4.300 41,348,719.39 0.50 hat 159 Natore Singra Singra-Baruhash-Tarash (Singra part). 169912010 14.950 247,699,463.14 2.98 Sub Total for Package 1 31.180 410,869,428.97 4.95 Sub Total for District 31.180 410,869,428.97 4.95

112 Attachment F

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 160 Bogra Dhunot Dhunot (Khantonagar)-Amrul U.P. Office Road (Dhunot) 110272014 5.200 41,255,444.37 0.50 Shimabari-Mothurapur-Khatiamari (Ekdhala) Road 161 Bogra Dhunot 110272002 9.180 39,015,558.18 0.47 (Dhunot) Ranirhat-Shimabari (Chandaikona)-Mothurapur Road 162 Bogra Sherpur 110882002 14.174 73,241,330.78 0.88 (From RHD #334) Garidaha UP (Baily Bridge) - Jhanjor Hat Road. via 163 Bogra Sherpur 110883013 10.000 107,610,220.49 1.30 Ramashorpur. 164 Bogra Sherpur Salfa Bazar(Subli NHW)-Mirjapur U.P Office 110883020 5.650 75,376,345.98 0.91 165 Bogra Shariakandi Kamalpur U.P office-Goshaibari hat 110813004 5.245 53,905,214.10 0.65 166 Bogra Sherpur Bhaira Bazar - Bishilpur Road 110883031 3.575 37,980,569.64 0.46 Sub Total for Package 1 53.024 428,384,683.52 5.16 Sub Total for District 53.024 428,384,683.52 5.16 167 Joypurhat Panchbibi Panchbibi GC - Salaipur RHD Road 138742001 10.107 60,442,855.39 0.73 168 Joypurhat Akkelpur Gopinathpur UP office(Karaitola)-Raikali UP office . 138133010 8.000 59,603,311.38 0.72 Mongalbari hat Rd(Dogachi Up Office)to Durgadaha 169 Joypurhat Joypurhat-S 138473005 6.270 44,417,413.90 0.54 bazar road Moushumi Bazar (RHD) - Rukindipur GC via Sannyash 170 Joypurhat Khetlal 138612008 5.570 45,632,908.17 0.55 Ghat (Khatlal portion) 171 Joypurhat Kalai Kalai-Kichok RHD Via Gongadaspur Road 138582014 4.255 52,869,567.39 0.64 Sub Total for District 34.202 262,966,056.23 3.17 172 Lalmonirhat Hatibandha Hatibandha-Daikhowa Hat 152332002 9.963 121,490,250.96 1.46 173 Lalmonirhat Kaligonj ZR at Baninagar to DaiKhowa GC. 152392003 3.638 42,341,128.39 0.51 174 Lalmonirhat Kaligonj ZR at Baninagar-Durakuti GC. 152392001 15.471 184,047,362.70 2.22 175 Lalmonirhat Aditmari Burirhat GC-Bhelabari GC Road 152022003 4.390 62,347,332.67 0.75 Sub Total for District 33.462 410,226,074.72 4.94 176 Kurigram Rajarhat Najimkhan GC-Khadabagh R&H Via Rajarhat 149772001 7.570 86,037,248.45 1.04 177 Kurigram Kurigram-S Pateswari RHD-Jatrapur GC Road. 149522001 10.320 90,635,259.90 1.09 178 Kurigram Rowmari Dantbhanga-Rowmari Via Baitkamari Bazar Road 149793010 13.632 76,494,269.89 0.92 179 Kurigram Fulbari Karibari GC-Khochabari Via Bhangamor U.P 149183001 8.551 50,678,401.23 0.61 180 Kurigram Bhurungamari Bangosonahat-Shahi Bazar GC Road. 149062001 3.920 15,244,112.86 0.18 181 Kurigram Nageswari Hasnabad UP Office - Newashi GC. 149613041 1.390 20,103,338.37 0.24 Sub Total 45.383 339,192,630.70 4.09 182 Gaibandha Gobindaganj Kamdia GC (UZR)-Birat GC Road. 132302011 9.970 93,660,639.99 1.13 Bogra-Rangpur City Road to Nakai Hat via Talukkanupur 183 Gaibandha Gobindaganj 132302012 9.271 50,940,267.11 0.61 UP road 184 Gaibandha Saghata Bonarpara GC-Katucha hat R&H Rd. 132882006 6.421 45,031,282.87 0.54

Attachment F 113

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) 185 Gaibandha Saghata Dakbangla hat-Jumaerbari UP Road. 132883011 4.975 57,396,680.23 0.69 186 Gaibandha Gobindaganj Shakahar U.P-Fulpukuria Bazar 132303002 5.280 54,374,451.55 0.66 187 Gaibandha Palashbari Betkapa UP office-Haritala hat via Muraripur Road 132673014 3.150 39,345,722.76 0.47 Dholbanga Bazar at Zillbandha-Pabnapur UP office 188 Gaibandha Palashbari 132673005 5.490 63,539,211.90 0.77 Road 189 Gaibandha Palashbari Dublagari NHW-Dholbanga GC Road via Amlagachi GC 132672010 7.288 45,883,840.14 0.55 Sub Total for Package 1 51.845 450,172,096.55 5.42 Sub Total for District 51.845 450,172,096.55 5.42 Lalbag G C (Vimergar) to Bhendabari GC via Runipukur 190 Rangpur Mithapukur 185582001 19.164 165,150,094.90 1.99 GC & Shukurerhat GC(Mithpukur Part) 191 Rangpur Pirganj Dhaperhat GC-Chatra GC Road 185762001 3.950 41,682,154.22 0.50 192 Rangpur Badarganj Nagerhat GC-Padagonj hat via Arunnesha ghat 185033011 8.720 61,836,789.75 0.75 Gangachara UZHQ-Saraibazar via Gajaghanta GC 193 Rangpur Gangachara 185272005 13.200 162,609,788.97 1.96 Road Chowdhurani GC-Shatibari RHD Road (Pirgacha 194 Rangpur Pirgacha 185732006 5.795 63,597,313.44 0.77 portion) 195 Rangpur Pirganj Tukuria hat-Tukuria UP office via Dudiyabari Road 185763011 3.300 32,303,656.97 0.39 Sub Total for District 54.129 527,179,798.25 6.35 196 Dinajpur Dinajpur-S Pulhat R&H to Fasiladanga GC Road. 127642002 6.580 92,900,474.05 1.12 197 Dinajpur Dinajpur-S Chandaganj R&H to Ranigonjhat GC Road. 127642001 5.300 139,405,791.05 1.68 198 Dinajpur Dinajpur-S Fultala-Kamalpur Road. 127642003 11.100 39,167,181.70 0.47 199 Dinajpur Dinajpur-S Komalpur-Khanpur Road. 127642006 3.345 123,395,074.29 1.49 200 Dinajpur Dinajpur-S Fasiladangha G.C-Mohonpur RHD Rd. 127642007 9.365 170,231,739.81 2.05 Sub Total for Package 1 35.690 565,100,260.90 6.81 201 Dinajpur Chirirbandar Beltoli R&H to Binnakuri GC Road 127302001 5.880 66,389,291.18 0.80 202 Dinajpur Chirirbandar Binnakuri GC to Debiganj R&H Road 127302017 9.482 125,807,466.32 1.52 203 Dinajpur Khanshama Khansama G.C.-Bhobanigonj Via Joygonj 127602003 8.962 75,169,056.41 0.91 Ramkola GC to RHD at Pakerhat Adarsha Gram via 204 Dinajpur Khanshama 127602016 14.314 132,943,081.62 1.60 Sabuder hat, Pulerhat, Sheltu shah Madrasha. 205 Dinajpur Chirirbandar Daulatpur(Ambari hat R&H) to Kutubdanga GC road 127302014 6.370 79,090,974.71 0.95

Sub Total for Package 2 45.008 479,399,870.24 5.78 Sub Total for District 80.698 1,044,500,131.14 12.58 206 Thakurgaon Thakurgaon-S Bhawlar hat GC-Bhelazan RHD Road. 194942011 7.450 64,958,295.76 0.78 207 Thakurgaon Baliadangi Lahiri G.C-Fakirganj. G C. Road 194082007 6.530 58,603,476.20 0.71

114 Attachment F

Effective Sl. Name of Name of Total Cost in Name of Schemes Road Code Length found Total Cost (BDT) No. District Upazila USD (M) from DPR (km) Barabari UP Office (Dangi)-Noyar hat via Jorkali 208 Thakurgaon Baliadangi 194083004 7.500 93,337,894.57 1.12 Madhupur Road 209 Thakurgaon Baliadangi Baliadangi-DhirgonJ G.C .via Badambarihat Road 194082006 14.775 200,612,402.92 2.42 Sub Total for Package 1 36.255 417,512,069.45 5.03 Sub Total for District 36.255 417,512,069.45 5.03 210 Panchagarh Debiganj Fulbari GC - Panchpir GC 177342003 9.130 76,315,815.54 0.92 211 Panchagarh Debiganj Debiganj R&H Road (Bat Tree More) - Jharbari GC 177342002 17.250 216,956,730.47 2.61 Sub Total for Package 1 26.380 293,272,546.008 3.53 Sub Total for District 26.380 293,272,546.01 3.53 212 Nilphamari Nilphamari-S Nilphamari-Saidpur R&H at Textile Mill - Babrijhar GC . 173642003 8.095 62,074,268.33 0.75 213 Nilphamari Nilphamari-S Nilphamari ( LSD Godown) - Ramgonj G.C 173642005 7.452 72,897,119.82 0.88 Porarhat GC - Nilphamari- Domar R&H road at 24 Nilphamari Nilphamari-S 173642019 4.954 61,405,207.75 0.74 Hortokilota bazar via Baruahat - Puler hat - Chawra hat - 215 Nilphamari Jaldhaka Jaldhaka domar RHW choupathi -Tangonmari hat G.C. 173362003 17.800 144,156,309.34 1.74 216 Nilphamari Dimla ShutibarihatG.C-Kakra Chowpathi R&H Rd. 173122006 12.879 72,238,628.99 0.87 Sub Total for Package 1 51.180 412,771,534.24 4.97 Sub Total for District 51.180 412,771,534.24 4.97

Total Packaging Cost for Part - 1 Section 1711.708 17,461,694,836.40 210.38

Attachment G 115

Attachment G: Sample Summary Sheet on Bid Evaluation and Contract Award: Loan [insert no.]: Rural Connectivity Improvement Project as on [insert date]

Name of Upazila Name of the Road Total Contract Amount

Length in (in BDT lakh)

Name of

Km. Result of Amount

Name of award of Completion other

Date Contractor's Technical of bid (in

Bid winning date bidders to Remarks of IFT address evaluation BDT opening contract qualified contractor (stipulated) the

amount (Q/NQ) lakh)

Name ofName District contract No. ofNo. bids received Date ofDate the Date ofDate Financial bid No. ofNo. bids Technically (where applicable) (where Date ofDate opening of Tech. Items rate civil works works civil rate Items Maintenance amount Maintenance Sl. No. Package 1 2 3 4 5 6 7 8 9 10 11 12 13 14(a) 14(b) 15 16 17 18 19 Name of the Division-I : [insert Name] Tengrakhola-Jalirpar GC Maksudpur 9.000 Road Kasiani Tilchara-Orakandi Road 3.000 Boultali GC - Nizra UPC Sadar 6.153 Road

Bashabaria GC- Tungipara Jhanjhania-Ghagor GC 9.935 1 Road Kadambari-Kaligonj- Gopalganj Kotalipara 6.256 Gandiasur GC Road Kajulia UPC - Domrasur Gopalgonj-S 9.800 Hat Road Gohala Hat (RHD)- Gopalgonj-S Nizamkandi UPC Road 2.590 (Sadar Portion) Total : 46.734 Chandpur GC- Kalinagar G C Road via Chittar Bazar& Dadpur UP Boalmary 9.868 Moyendia Bazar up to

Vatiapara-Maoua R&H (Boalmari portion) 2 Kanaipur R&H to

Faridpur Chandpur GC vai Sadar 2.250 Koshagopalpur Road. (Sadar part) Maligram (R&H) - Bhanga 9.538 Kalamirdha GC Road

116 Attachment G

Name of Upazila Name of the Road Total Contract Amount

Length in (in BDT lakh)

Name of

Km. Result of Amount

Name of award of Completion other

Date Contractor's Technical of bid (in

Bid winning date bidders to Remarks of IFT address evaluation BDT opening contract qualified contractor (stipulated) the

(Q/NQ) lakh) amount

Name ofName District contract No. ofNo. bids received Date ofDate the Date ofDate Financial bid No. ofNo. bids Technically (where applicable) (where Date ofDate opening of Tech. Items rate civil works works civil rate Items Maintenance amount Maintenance Sl. No. Package Krishnapur GC- Sadarpur HQ-Piazkhali Sadarpur GC-Dhewkhali-Baliahati 13.770 GC-Kawlibera-Tarail Road (Sadarpur part) Boalmari GC - Boalmary Nagarkanda GC via GC 6.970 via Moyendia Bazar

Bakunda R&H to Faridpur-S Kanaipur GC via 9.025 Tambulkhana Road Madhukhali RHD - Nimtola GC Road Madhukhali 8.100 Starting from Madhu Bus Stand Total : 59.52